Loading page content…
Loading page content…
49 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Harper Adams University and Keele University have established a Joint Veterinary ("Vet") School with the cohort of students split between the Harper and Keele campuses. In order to allow Harper and Keele Vet School students to attend joint lectures and other joint teaching, a competent and reliable Service Provider is required to provide transport for students between the two University campuses. Tenders are therefore invited from interested parties for the Provision of Transport for Harper and Keele Vet School for the 2022-2023, 2023-2024 and 2024-2025 Academic Years in accordance with the Tender Specification in Section 2 of the ITT. The Contract covers the transport requirements for the 1st year students ("Year 1 Students"), 2nd year students ("Year 2 Students") and 3rd year students ("Year 3 Students"). The estimated total value of the Contract over its duration is £474,000 including VAT, £395,000 excluding VAT. Main reasons for decision not to subdivide contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the Contract has not been subdivided into lots. The award stage evaluation criteria is 700 marks Quality/Technical:-. Approach and Methodology for the delivery of the Contract - 350 marks Proposed Management Structure, Responsibilities and Skills- 200 marks Performance Monitoring - 150 marks Price - 300 marks Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by Keele University Is a Recurrent Procurement Type? : Yes
From £395,000
Contract value
Harper Adams University and Keele University have established a Joint Veterinary ("Vet") School with the cohort of students split between the Harper and Keele campuses. In order to allow Harper and Keele Vet School students to attend joint lectures and other joint teaching, a competent and reliable Service Provider is required to provide transport for students between the two University campuses. Tenders are therefore invited from interested parties for the Provision of Transport for Harper and Keele Vet School for the 2022-2023, 2023-2024 and 2024-2025 Academic Years in accordance with the Tender Specification in Section 2 of the ITT. The Contract covers the transport requirements for the 1st year students ("Year 1 Students"), 2nd year students ("Year 2 Students") and 3rd year students ("Year 3 Students"). The estimated total value of the Contract over its duration is £474,000 including VAT, £395,000 excluding VAT. Main reasons for decision not to subdivide contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the Contract has not been subdivided into lots. The award stage evaluation criteria is 700 marks Quality/Technical:-. Approach and Methodology for the delivery of the Contract - 350 marks Proposed Management Structure, Responsibilities and Skills- 200 marks Performance Monitoring - 150 marks Price - 300 marks Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by Keele University Is a Recurrent Procurement Type? : Yes
From £395,000
Contract value
Harper Adams University and Keele University have established a Joint Veterinary ("Vet") School with the cohort of students split between the Harper and Keele campuses. In order to allow Harper and Keele Vet School students to attend joint lectures and other joint teaching, a competent and reliable Service Provider is required to provide transport for students between the two University campuses. Tenders are therefore invited from interested parties for the Provision of Transport for Harper and Keele Vet School for the 2022-2023, 2023-2024 and 2024-2025 Academic Years in accordance with the Tender Specification in Section 2 of the ITT. The Contract covers the transport requirements for the 1st year students ("Year 1 Students"), 2nd year students ("Year 2 Students") and 3rd year students ("Year 3 Students"). The estimated total value of the Contract over its duration is £474,000 including VAT, £395,000 excluding VAT. Main reasons for decision not to subdivide contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the Contract has not been subdivided into lots. The award stage evaluation criteria is 700 marks Quality/Technical:-. Approach and Methodology for the delivery of the Contract - 350 marks Proposed Management Structure, Responsibilities and Skills- 200 marks Performance Monitoring - 150 marks Price - 300 marks Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by Keele University Is a Recurrent Procurement Type? : Yes
From £395,000
Contract value
Harper Adams University and Keele University have established a Joint Veterinary ("Vet") School with the cohort of students split between the Harper and Keele campuses. In order to allow Harper and Keele Vet School students to attend joint lectures and other joint teaching, a competent and reliable Service Provider is required to provide transport for students between the two University campuses. Tenders are therefore invited from interested parties for the Provision of Transport for Harper and Keele Vet School for the 2022-2023, 2023-2024 and 2024-2025 Academic Years in accordance with the Tender Specification in Section 2 of the ITT. The Contract covers the transport requirements for the 1st year students ("Year 1 Students"), 2nd year students ("Year 2 Students") and 3rd year students ("Year 3 Students"). The estimated total value of the Contract over its duration is £474,000 including VAT, £395,000 excluding VAT. Main reasons for decision not to subdivide contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the Contract has not been subdivided into lots. The award stage evaluation criteria is 700 marks Quality/Technical:-. Approach and Methodology for the delivery of the Contract - 350 marks Proposed Management Structure, Responsibilities and Skills- 200 marks Performance Monitoring - 150 marks Price - 300 marks Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by Keele University Is a Recurrent Procurement Type? : Yes
From £395,000
Contract value
Harper Adams University and Keele University have established a Joint Veterinary ("Vet") School with the cohort of students split between the Harper and Keele campuses. In order to allow Harper and Keele Vet School students to attend joint lectures and other joint teaching, a competent and reliable Service Provider is required to provide transport for students between the two University campuses. Tenders are therefore invited from interested parties for the Provision of Transport for Harper and Keele Vet School for the 2022-2023, 2023-2024 and 2024-2025 Academic Years in accordance with the Tender Specification in Section 2 of the ITT. The Contract covers the transport requirements for the 1st year students ("Year 1 Students"), 2nd year students ("Year 2 Students") and 3rd year students ("Year 3 Students"). The estimated total value of the Contract over its duration is £474,000 including VAT, £395,000 excluding VAT. Main reasons for decision not to subdivide contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the Contract has not been subdivided into lots. The award stage evaluation criteria is 700 marks Quality/Technical:-. Approach and Methodology for the delivery of the Contract - 350 marks Proposed Management Structure, Responsibilities and Skills- 200 marks Performance Monitoring - 150 marks Price - 300 marks Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by Keele University Is a Recurrent Procurement Type? : Yes
From £395,000
Contract value
Harper Adams University and Keele University have established a Joint Veterinary ("Vet") School with the cohort of students split between the Harper and Keele campuses. In order to allow Harper and Keele Vet School students to attend joint lectures and other joint teaching, a competent and reliable Service Provider is required to provide transport for students between the two University campuses. Tenders are therefore invited from interested parties for the Provision of Transport for Harper and Keele Vet School for the 2022-2023, 2023-2024 and 2024-2025 Academic Years in accordance with the Tender Specification in Section 2 of the ITT. The Contract covers the transport requirements for the 1st year students ("Year 1 Students"), 2nd year students ("Year 2 Students") and 3rd year students ("Year 3 Students").
£395,000
Contract value
The procurement of contractors for the bespoke Keele University Accommodation Measured Term Contract (MTC) framework 2023-2027 to secure suitable Contractors for a long-term relationship to carry out void & property improvement works as well as general building works to properties on the Keele Employer campus. The University is seeking general building Contractors with experience of providing high quality residential work & evidence of long-term partnerships either through formal framework relationships or repeat business. The right partners will be large enough to cope with the work & not be exclusively dependant on the Employer but small enough to care about the long term relationship with the Employer. The principal purposes of the Keele Employer Accommodation MTC Framework is to mobilise general building contractors through a bespoke framework using pre-tendered costs to carry out a range of construction works activities: It is anticipated that work orders will be issued for between 5 to 10 properties per year at values of between ?1,500 to ?50,000 per order giving an estimated values for works of between ?250,000 to ?500,000 per annum aggregated across the two contractors. It is expected that the duration of the contract will be 4 years. Contractors will be subject to contract management through Key Performance Indicators (KPIs) given below. Poor performance will result in Contractors having their contract terminated. The purpose of this Accommodation Measured Term Contract Framework is to enable the University to mobilise quickly General Building Contractors to undertake works to its residential estate . o Property clearance and rectification of defects together with statutory certification for void residential properties to be re-occupied with a quick turn around; o Works to provide betterment to properties including internal remodelling, new MEP services, new windows/doors & external envelope and landscape works; o To demolish unwanted outbuildings no longer required; o To adapt properties which have previously been single occupant houses to be suitable for occupation by students as HMOs; o To adapt properties which have previously need HMOs to single staff houses o To adapt properties which are not currently used for accommodation but have been at one time to bring these back to residential use; o To adapt properties which are currently being used for accommodation to non-residential use which is suited to the nature of the property within the constraints of the framework. This is an open tender and only those Tenderers who pass the Selection Stage Evaluation will have their tenders considered for the Award Stage Evaluation. The tender award evaluation method is a maximum of 700 marks allocated to the Quality/Technical responses and 300 marks allocated to the Commercial /Pricing responses. The University is offering Tenderers the opportunity for site visits on two separate days... Additional information: This is an open tender. The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by Keele University at any time. Is a Recurrent Procurement Type? : Yes
From £2,500,000
Contract value
The procurement of contractors for the bespoke Keele University Accommodation Measured Term Contract (MTC) framework 2023-2027 to secure suitable Contractors for a long-term relationship to carry out void & property improvement works as well as general building works to properties on the Keele Employer campus. The University is seeking general building Contractors with experience of providing high quality residential work & evidence of long-term partnerships either through formal framework relationships or repeat business. The right partners will be large enough to cope with the work & not be exclusively dependant on the Employer but small enough to care about the long term relationship with the Employer. The principal purposes of the Keele Employer Accommodation MTC Framework is to mobilise general building contractors through a bespoke framework using pre-tendered costs to carry out a range of construction works activities: It is anticipated that work orders will be issued for between 5 to 10 properties per year at values of between ?1,500 to ?50,000 per order giving an estimated values for works of between ?250,000 to ?500,000 per annum aggregated across the two contractors. It is expected that the duration of the contract will be 4 years. Contractors will be subject to contract management through Key Performance Indicators (KPIs) given below. Poor performance will result in Contractors having their contract terminated. The purpose of this Accommodation Measured Term Contract Framework is to enable the University to mobilise quickly General Building Contractors to undertake works to its residential estate . o Property clearance and rectification of defects together with statutory certification for void residential properties to be re-occupied with a quick turn around; o Works to provide betterment to properties including internal remodelling, new MEP services, new windows/doors & external envelope and landscape works; o To demolish unwanted outbuildings no longer required; o To adapt properties which have previously been single occupant houses to be suitable for occupation by students as HMOs; o To adapt properties which have previously need HMOs to single staff houses o To adapt properties which are not currently used for accommodation but have been at one time to bring these back to residential use; o To adapt properties which are currently being used for accommodation to non-residential use which is suited to the nature of the property within the constraints of the framework. This is an open tender and only those Tenderers who pass the Selection Stage Evaluation will have their tenders considered for the Award Stage Evaluation. The tender award evaluation method is a maximum of 700 marks allocated to the Quality/Technical responses and 300 marks allocated to the Commercial /Pricing responses. The University is offering Tenderers the opportunity for site visits on two separate days... Additional information: This is an open tender. The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by Keele University at any time. Is a Recurrent Procurement Type? : Yes
From £2,500,000
Contract value
Tenders are invited for the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 in accordance with the Tender Specification in Section 2 of the ITT. The maximum budget for the contract is £160,000 excluding VAT. This maximum budget cannot be exceeded. The University will not consider any tender submissions that are over the maximum budget. Any tender submissions exceeding the maximum budget will be disregarded. Main reasons for the decision not to subdivide the contract into lots: Given the need for one supplier to co-ordinate the supply and installation of Network Cabling for the Network Transformation Project Phase 3, the contract has not been subdivided into lots. Tenderers should note that the cabling specification for the tender requirement is Excel CAT6 due to existing installations and patch panels within communications rooms (as confirmed in the document titled 'Tender Specification for the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3') and NOT CAT6a (as detailed in the document titled 'General Specification of Copper and Fibre Optic Data cabling, General Specification of Wiring Rooms and cabinets'). All cables must be compliant to component specification to ISO/IEC 11801:2002, EN 50173:2022 and TIA/EIA 568-B.2-1. The University's currently supplied product is Excel CAT6 as per the Data Sheet appended to the tender specification. Tenderers may propose an equivalent manufacturer of equal quality or specification to the extent this will not void the warranty of any existing equipment, although the University reserves the right to reject any manufacturer that does not meet this standard. The Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 (and any removal of ceiling tiles or grids or reinstatement required particularly fire stopping and ceiling grids) shall be completed by 31st July 2025. The Contract will run for the period 15th May 2023 to 31st July 2025. Award Criteria: Quality criterion - Name: Approach and Methodology for the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 / Maximum Weighted Score 200 marks Quality criterion - Name: Programme for the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 / Maximum Weighted Score 200 marks Quality criterion - Name: Approach to compliance with CDM Regulations 2015 and all other relevant health and safety legislation applicable to the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 / Maximum Weighted Score 200 marks Price - Weighting: 400 Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time. The University reserves the right to vary or change all or any part of the basis of the procedures for the procurement process at any time or not to proceed with the proposed procurement at all. Indeed, the University does not bind itself to accept the highest scoring or any tender. Is a Recurrent Procurement Type? : No
£160,000
Contract value
Tenders are invited for the Contract for the Delivery of Out of Home Advertising Campaigns in accordance with the Tender Specification in Section 2 of the Invitation to Tender (ITT) covering: a. June Open Day 2023 b. Clearing 2023 The estimated total value of the contract is ?45,000.00 excluding VAT. Main reasons for the decision not to subdivide the contract into lots: Given the need for one Service Provider to co-ordinate the Contract for the Delivery of Out of Home Advertising campaigns, the contract has not been subdivided into lots. The Contract will run for the period 1st May 2023 to 31st August 2023. Award Criteria: Quality criterion - Name: Approach and Methodology for the Delivery of the Out of Home Advertising Campaigns / Maximum Weighted Score 350 marks Quality criterion - Name: Programme for the Delivery of the Out of Home Advertising Campaigns / Maximum Weighted Score 350 marks Price - Weighting: 300 Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time. The University reserves the right to vary or change all or any part of the basis of the procedures for the procurement process at any time or not to proceed with the proposed procurement at all. Indeed, the University does not bind itself to accept the highest scoring or any tender. Is a Recurrent Procurement Type? : No
£45,000
Contract value
The University is inviting tenders for the Digital Society Centre Enabling Works: enabling strip-out and demolition works at 53 Ironmarket Street, Newcastle-under-Lyme town centre, Staffordshire, ST5 1PE. The enabling strip-out and demolition works requirements are described fully in the ITT but in summary include the removal of redundant roof top plant, internal fixtures & fittings, stripping out ceilings, removal of redundant building services, stripping out finishes. The estimated total value of the Contract for the Digital Society Centre Enabling Works is circa £150,000.00 excluding VAT. The Digital Society Centre Enabling Works covering all of the works and services required to deliver the contract shall be completed by 5th December 2023. The Contract will commence on 2nd October 2023 and will run until the completion date of 5th December 2023 followed by a 12-month defects liability period. Main reasons for decision not to subdivide contract into lots: Given the need for one main contractor to co-ordinate the delivery of the enabling strip-out and demolition works required to deliver the project, the contract has not been subdivided into lots. In order to assist Tenderers in preparing their tender submission, the University will be holding a collective site visit on Tuesday 8th August 2023 with all potential tenderers attending 53 Ironmarket Street, Newcastle under Lyme, Staffordshire, ST5 1PE at the same time. It is a mandatory requirement that all Tenderers attend the site visit. Tenderers should note that the University is not in a position to offer any alternative dates. The site visit is not part of the scoring assessment and is offered to Tenderers by way of informing their Tender responses only. Award Criteria: Quality criterion - Name: Relevant Experience, Expertise and Qualifications of key named individuals assigned to performing the Contract for the Digital Society Centre Enabling Works 2023 / Weighting: 100 marks Quality criterion - Name: Approach and Methodology for the delivery of the Contract for the Digital Society Centre Enabling Works 2023 / Weighting: 150 marks Quality criterion - Name: Programme for the delivery of the Contract for the Digital Society Centre Enabling Works 2023 / Weighting: 150 marks Quality criterion - Name: Control of Impact of Strip-Out and Demolition Activities for the Digital Society Centre Enabling Works 2023 / Weighting: 150 marks Quality criterion - Name: Management of Fire Risk for the Digital Society Centre Enabling Works 2023 / Weighting: 150 marks Price - Weighting: 300 marks Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time. The University reserves the right to vary or change all or any part of the basis of the procedures for the procurement process at any time or not to proceed with the proposed procurement at all. Indeed, the University does not bind itself to accept the highest scoring tender or any tender. Tenderers will be subject to a financial assessment to evidence that they have an acceptable level of financial standing to deliver a contract of the size and level of complexity of the Digital Society Centre Enabling Works 2023. When requested by the University, Tenderers will be required to provide the applicable supporting evidence detailed in the ITT. In conjunction with the above, the University will undertake a Creditsafe credit report assessment in respect of the Tenderer. Tenderers may be excluded from the process where their Creditsafe Credit Rating is 29 out of 100 or below. Is a Recurrent Procurement Type? : No
£150,000
Contract value
The University is inviting tenders for the Digital Society Centre Enabling Works: enabling strip-out and demolition works at 53 Ironmarket Street, Newcastle-under-Lyme town centre, Staffordshire, ST5 1PE. The enabling strip-out and demolition works requirements are described fully in the ITT but in summary include the removal of redundant roof top plant, internal fixtures & fittings, stripping out ceilings, removal of redundant building services, stripping out finishes. The estimated total value of the Contract for the Digital Society Centre Enabling Works is circa £150,000.00 excluding VAT. The Digital Society Centre Enabling Works covering all of the works and services required to deliver the contract shall be completed by 5th December 2023. The Contract will commence on 2nd October 2023 and will run until the completion date of 5th December 2023 followed by a 12-month defects liability period. Main reasons for decision not to subdivide contract into lots: Given the need for one main contractor to co-ordinate the delivery of the enabling strip-out and demolition works required to deliver the project, the contract has not been subdivided into lots. In order to assist Tenderers in preparing their tender submission, the University will be holding a collective site visit on Tuesday 8th August 2023 with all potential tenderers attending 53 Ironmarket Street, Newcastle under Lyme, Staffordshire, ST5 1PE at the same time. It is a mandatory requirement that all Tenderers attend the site visit. Tenderers should note that the University is not in a position to offer any alternative dates. The site visit is not part of the scoring assessment and is offered to Tenderers by way of informing their Tender responses only. Following publication of the ITT, a communication will be issued to all Tenderers through the In-tend portal giving further details in respect of the site visit. Tenderers will then be asked to confirm their attendance including the names, roles & contact details of their attendees via the procurement Portal. Tenderers are asked to note that there is no private parking servicing the site, the internal building has uneven floors and there are no internal lights. Award Criteria: Quality criterion - Name: Relevant Experience, Expertise and Qualifications of key named individuals assigned to performing the Contract for the Digital Society Centre Enabling Works 2023 / Weighting: 100 marks Quality criterion - Name: Approach and Methodology for the delivery of the Contract for the Digital Society Centre Enabling Works 2023 / Weighting: 150 marks Quality criterion - Name: Programme for the delivery of the Contract for the Digital Society Centre Enabling Works 2023 / Weighting: 150 marks Quality criterion - Name: Control of Impact of Strip-Out and Demolition Activities for the Digital Society Centre Enabling Works 2023 / Weighting: 150 marks Quality criterion - Name: Ma... Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time. The University reserves the right to vary or change all or any part of the basis of the procedures for the procurement process at any time or not to proceed with the proposed procurement at all. Indeed, the University does not bind itself to accept the highest scoring tender or any tender. Tenderers will be subject to a financial assessment to evidence that they have an acceptable level of financial standing to deliver a contract of the size and level of complexity of the Digital Society Centre Enabling Works 2023. When requested by the University, Tenderers will be required to provide the applicable supporting evidence detailed in the ITT. In conjunction with the above, the University will undertake a Creditsafe credit report assessment in respect of the Tenderer. Tenderers may be excluded from the process where their Creditsafe Credit Rating is 29 out of 100 or below. Is a Recurrent Procurement Type? : No
£150,000
Contract value
Tenders are invited from interested parties for the provision of a Fully Managed Data Enrichment and Telephone Campaign. The purpose of the procurement is to appoint a Service Provider to deliver a sustainable fundraising and data enrichment programme. The estimated total value of the contract is £110,000.00 excluding VAT. Main reasons for the decision not to subdivide the contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the contract has not been divided into lots. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time. The University reserves the right to vary or change all or any part of the basis of the procedures for the procurement process at any time or not to proceed with the proposed procurement at all. Indeed, the University does not bind itself to accept the highest scoring or any tender. Is a Recurrent Procurement Type? : No
£110,000
Contract value
Tenders are invited from interested parties for the provision of a Fully Managed Data Enrichment and Telephone Campaign. The purpose of the procurement is to appoint a Service Provider to deliver a sustainable fundraising and data enrichment programme. The estimated total value of the contract is £110,000.00 excluding VAT. Main reasons for the decision not to subdivide the contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the contract has not been divided into lots. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time. The University reserves the right to vary or change all or any part of the basis of the procedures for the procurement process at any time or not to proceed with the proposed procurement at all. Indeed, the University does not bind itself to accept the highest scoring or any tender. Is a Recurrent Procurement Type? : No
£110,000
Contract value
Tenders are invited from interested parties for the provision of a Fully Managed Data Enrichment and Telephone Campaign. The purpose of the procurement is to appoint a Service Provider to deliver a sustainable fundraising and data enrichment programme. The estimated total value of the contract is £110,000.00 excluding VAT. Main reasons for the decision not to subdivide the contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the contract has not been divided into lots. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time. The University reserves the right to vary or change all or any part of the basis of the procedures for the procurement process at any time or not to proceed with the proposed procurement at all. Indeed, the University does not bind itself to accept the highest scoring or any tender. Is a Recurrent Procurement Type? : No
£110,000
Contract value
Tenders are invited from interested parties for the provision of a Fully Managed Data Enrichment and Telephone Campaign. The purpose of the procurement is to appoint a Service Provider to deliver a sustainable fundraising and data enrichment programme. The estimated total value of the contract is £110,000.00 excluding VAT. Main reasons for the decision not to subdivide the contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the contract has not been divided into lots. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time. The University reserves the right to vary or change all or any part of the basis of the procedures for the procurement process at any time or not to proceed with the proposed procurement at all. Indeed, the University does not bind itself to accept the highest scoring or any tender. Is a Recurrent Procurement Type? : No
£110,000
Contract value
*** THIS PROCUREMENT IS CURRENTLY SUSPENDED TILL FURTHER NOTICE*** Tenders are invited from interested parties for the Boiler Replacement for Chancellors A Block, University of Keele, in accordance with the attached Tender Specification. The Contractor shall complete all of the Contract requirements detailed in the Tender Specification, and meet the key dates specified. The estimated total value of the contract is £110,000 excluding VAT. The Contract will commence on 19th April 2024 and will run until the completion date of 31st July 2024. Main reasons for decision not to subdivide contract into lots: Given the need for one main contractor to co-ordinate the delivery of the boiler replacement works required to deliver the project, the contract has not been subdivided into lots. In order to assist Tenderers in preparing their tender submission, the University will be holding a collective site visit with all potential tenderers attending the University campus at the same time. It is a mandatory requirement that all Tenderers attend the site visit. The site visit is not part of the scoring assessment and is offered to Tenderers by way of informing their Tender responses only. Following publication of the ITT, a communication will be issued to all Tenderers through the In-tend portal giving further details in respect of the site visit. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Is a Recurrent Procurement Type? : No
£110,000
Contract value
Tenders are invited from interested parties for the Boiler Replacement for Chancellors A Block, University of Keele, in accordance with the attached Tender Specification. The Contractor shall complete all of the Contract requirements detailed in the Tender Specification, and meet the key dates specified. The estimated total value of the contract is £110,000 excluding VAT. The Contract will commence on 19th April 2024 and will run until the completion date of 31st July 2024. Main reasons for decision not to subdivide contract into lots: Given the need for one main contractor to co-ordinate the delivery of the boiler replacement works required to deliver the project, the contract has not been subdivided into lots. In order to assist Tenderers in preparing their tender submission, the University will be holding a collective site visit with all potential tenderers attending the University campus at the same time. It is a mandatory requirement that all Tenderers attend the site visit. The site visit is not part of the scoring assessment and is offered to Tenderers by way of informing their Tender responses only. Following publication of the ITT, a communication will be issued to all Tenderers through the In-tend portal giving further details in respect of the site visit. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Is a Recurrent Procurement Type? : No
£110,000
Contract value
Tenders are invited from interested parties for the Boiler Replacement for Chancellors A Block, University of Keele, in accordance with the attached Tender Specification. The Contractor shall complete all of the Contract requirements detailed in the Tender Specification, and meet the key dates specified. The estimated total value of the contract is £110,000 excluding VAT. The Contract will commence on 19th April 2024 and will run until the completion date of 31st July 2024. Main reasons for decision not to subdivide contract into lots: Given the need for one main contractor to co-ordinate the delivery of the boiler replacement works required to deliver the project, the contract has not been subdivided into lots. In order to assist Tenderers in preparing their tender submission, the University will be holding a collective site visit with all potential tenderers attending the University campus at the same time. It is a mandatory requirement that all Tenderers attend the site visit. The site visit is not part of the scoring assessment and is offered to Tenderers by way of informing their Tender responses only. Following publication of the ITT, a communication will be issued to all Tenderers through the In-tend portal giving further details in respect of the site visit. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Is a Recurrent Procurement Type? : No
£110,000
Contract value
*** THIS PROCUREMENT IS CURRENTLY SUSPENDED TILL FURTHER NOTICE*** Tenders are invited from interested parties for the Boiler Replacement for Chancellors A Block, University of Keele, in accordance with the attached Tender Specification. The Contractor shall complete all of the Contract requirements detailed in the Tender Specification, and meet the key dates specified. The estimated total value of the contract is £110,000 excluding VAT. The Contract will commence on 19th April 2024 and will run until the completion date of 31st July 2024. Main reasons for decision not to subdivide contract into lots: Given the need for one main contractor to co-ordinate the delivery of the boiler replacement works required to deliver the project, the contract has not been subdivided into lots. In order to assist Tenderers in preparing their tender submission, the University will be holding a collective site visit with all potential tenderers attending the University campus at the same time. It is a mandatory requirement that all Tenderers attend the site visit. The site visit is not part of the scoring assessment and is offered to Tenderers by way of informing their Tender responses only. Following publication of the ITT, a communication will be issued to all Tenderers through the In-tend portal giving further details in respect of the site visit. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofkeele/aspx/Home Tenders must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home Is a Recurrent Procurement Type? : No
£110,000
Contract value
Showing 1–20 of 49 contracts