Loading page content…
Loading page content…
Loading contract search results…
109 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Invitation to Tender for John Lennon Art & Design Building Roof Refurbishment
£100,000
Contract value
Tender for a single provider to supply sports clothing, both branded & non‑branded.
£252,000
Contract value
Liverpool John Moores University and the University of Liverpool have created a joint venture company; Sensor City Liverpool Ltd to establish a unique sensor-systems business incubator focused on creating, nurturing and establishing commercially viable hi-tech companies. The project is to develop a bespoke new building in the Copperas Hill redevelopment zone at the heart of Liverpool knowledge quarter. The new building should provide flexible laboratory and office space whilst encouraging collaboration. Sensor City Liverpool Ltd is looking to appoint a contractor in a two stage design & build procurement process. The project envisages a single phase programme of delivery and construction commencing early 2016 and completing early 2017. Further details regarding the two stage (D&B) and construction phases are detailed within the Pre-Qualification Questionnaire (PQQ) . Interested potential contractors must request the PQQ no later than 17.00pm on Wednesday 1st July 2015. Requests for the PQQ documentation will ONLY be accepted by an e-mail request to s.p.mcdonald@ljmu.ac.uk. Completed PQQ submissions are due by NOON Friday 10th July 2015. Please note this contract opportunity has already been advertised in OJEU - reference 2015/S 113-203800 (13th June 2015) Additional information: Interested potential contractors must request the PQQ no later than 17.00pm on Wednesday 1st July 2015. Requests for the PQQ documentation will ONLY be accepted by an e-mail request to s.p.mcdonald@ljmu.ac.uk. Completed PQQ submissions are due by NOON Friday 10th July 2015. Please note this contract opportunity has already been advertised in OJEU - reference 2015/S 113-203800 (13th June 2015)
From £6,000,000
Contract value
LJMU is seeking a vendor to supply a Performance Management Platform LJMU is looking to procure a performance management platform which enables employee and their line managers to track performance throughout the year and enable the organisation to monitor employee engagement. The Performance Management platform will form an essential part of the University's HR system infrastructure integrating with existing IT infrastructure; Oracle EBS, MS Teams and MS Outlook, and ensuring that employees and line managers can accurately record performance conversation, feedback, and track progress against agreed objectives. We expect this to be a SaaS offering, and this is our preference, however we welcome alternative solutions, such as on-premise. The purpose of the platform is to create a holistic approach to the University's performance management processes with 'everything in one place' and information being readily available to individuals, line managers and the organisation to inform recognition and reward processes, talent management and succession planning. The platform should also provide the University with the capability to understand levels of employee engagement Additional information: LJMU will not respond to direct emails or tel calls. All correspondence pertaining to this tender must be placed via the In-tend portal
£1
Contract value
LJMU is seeking a vendor to supply a Performance Management Platform LJMU is looking to procure a performance management platform which enables employee and their line managers to track performance throughout the year and enable the organisation to monitor employee engagement. The Performance Management platform will form an essential part of the University's HR system infrastructure integrating with existing IT infrastructure; Oracle EBS, MS Teams and MS Outlook, and ensuring that employees and line managers can accurately record performance conversation, feedback, and track progress against agreed objectives. We expect this to be a SaaS offering, and this is our preference, however we welcome alternative solutions, such as on-premise. The purpose of the platform is to create a holistic approach to the University's performance management processes with 'everything in one place' and information being readily available to individuals, line managers and the organisation to inform recognition and reward processes, talent management and succession planning. The platform should also provide the University with the capability to understand levels of employee engagement
£10,000
Contract value
LJMU wish a company to provide simulated assessment centres to L5 and L6 Business and Law Students The service includes providing a suitable venue close to Liverpool City Centre and devise a range of industry standard assessment centre activities Extensive knowledge of Graduate Employability is essential Additional information: Completed bids must be submitted on or before 12 Noon - 12th August 2022
£20,000
Contract value
The Microelectronics Group in the School of Engineering, Faculty of Engineering and Technology, Liverpool John Moores University, has been awarded a research grant for investigation of instability and fault modelling to enable optimization of low power IoT systems. This grant includes funds for a high-speed digital oscilloscope that will be used to measure the noise and jitter of nano-scale transistors. The budget for this oscilloscope has a limit of £97K inclusive of VAT. 2. Summary of Requirements The minimum key requirements for this digital oscilloscope are: • Speed and Sampling rate: 8GHz or higher, 40GSa/s or higher. • Number of channels: 4 or higher • Memory depth: 2 Gpts/Channel or higher • Software for Jitter analysis • Easiness for integration and interface with existing test facilities in the lab, such as Cascade Probe Station and Keysight B1500a parameter analyser • Warranty: 3 years or longer • Delivery: within 2 months from Purchase Order • All costs must include delivery (if applicable this includes import taxes and costs) Additional information: Please obtain the documents via the In-tend link above Please do not contact the Buyer directly
From £1
Contract value
LJMU has an internal design studio, however there is a requirement to use external designers at busy times throughout the year. Working within LJMU brand guidelines we wish to establish a Framework of Creative Agencies/External Designers (three Agencies in total). LJMU will require the Creative Agencies/ External Designers to: • Provide design solutions for a variety of printed marketing communication material - leaflets, brochures, display stands etc. • Provide graphics for use in digital advertising, including re-sizing existing artwork • Revise existing marketing material Please register on In-tend (link on this notice) to express interest and download documents. Please do not make direct contact with the Buyer, All correspondence must be placed via In-tend
From £10
Contract value
1. Background Liverpool Business School (LBS) at Liverpool John Moores University is now managing and delivering the LCR Enhance project across the Liverpool City Region (LCR) until the end of December 2023. The aim is to upskill people with leadership skills and management skills currently fulfilling, or with the future potential to undertake higher level management and leadership roles to improve productivity and growth across Halton, Knowsley, Liverpool, Sefton, St. Helens, and Wirral. The leadership training is especially geared towards adults 18+ and under-represented groups so that they are able to participate in the leadership development programme. Total project funding of approximately ?1.4 million is part funded by the European Social Fund, as part of the 2014-2020 European Structural Investment Funds Growth Programme in England, under Investment Priority Axis 2.1 - Enhancing equal access to lifelong learning for all age groups and Liverpool John Moores University. LBS requires an organisation to support them on this incredible project to deliver Institute of Leadership & Management training at level 2 and level 3. This will be single ILM units or one day ILM delivery sessions for cohorts arranged across LCR. The winning bidder for this requirement must have a proven track record of delivering ILM courseware and have similar aspirations to enhance the knowledge and skills of the audiences we are targeting with this project. 2. Summary of Requirements The Contracting Authority requires three suppliers to provide this service. This is due to the predicted demand and the fact that multiple suppliers could be providing training sessions simultaneously in different locations. 2.1 Location o Various locations in LCR based on demand from the organisations that LCR Enhance are working with. This will be mutually agreed with the LCR Enhance project team. 2.2 Service o Ability to deliver ILM Level 2 and 3 training, face to face and online o Flexible delivery to co-inside with 3rd party needs o Deliver a range of business units under ILM 2 and 3 o Ability to assess learner's work 2.3 Offer o To be able to deliver a single unit and/or several units to achieve a qualification o Deliver Ad-hoc sessions o The project will aim to deliver a minimum of 4 sessions a month o Ad hoc sessions will be needed throughout the contract length, the frequency of which will be dependent on demand o Experience of delivering to underrepresented groups o Liaison with the LCR Enhance team to ensure smooth running of training sessions o All administration associated with delivering the ILM level 2 & 3 training o Manage the assessment of learners at the appropriate level o Manage the logistics and expectations of students on a day of delivery for classroom delivery or online delivery 2.4 Outputs o Feedback report from each delivery to ensure the train... Additional information: All information on how to apply for this contract is detailed within the ITT document. Is a Recurrent Procurement Type? : No
Value undisclosed
Dear Sir/Madam, Contract Reference - LJMU 2222 Invitation to Tender - Agreement for a Learning Provider to deliver at both Level 2 Award and Level 3 Award in Leadership & Management, accredited to Institute of Leadership & Management) as part of the LCR Enhance project which is part-funded by European Social Fund and Liverpool John Moores University. You are invited to tender for the provision of learning and development of Leadership & Management accredited by ILM (City & Guilds) at both Level 2 Award and Level 3 Award to adult learners across various locations of Liverpool City Region (LCR). Further details are provided in the following documentation. Please ensure that all relevant tender sections are completed and that you follow the enclosed instructions. The deadline for submitted tender submissions is at 12 noon on Friday 23rd December 2022. We will not be able to offer any extensions on the submission date. All submissions must be through the In-Tend portal; email submissions will be rejected. Any question or clarification requests must be made by 12 noon on Friday 16th December 2022. All questions must be directed through the In-Tend system. LJMU does not undertake to accept the lowest or any offer. Yours faithfully, Katherine Orme Deputy Procurement Manager LJMU
Value undisclosed
It is the intention to create a framework agreement for Videography Services for LJMU. This scope of works outlines the requirements for the provision of a videography framework multiple suppliers. The framework(s) will run for three years and will include an option to extend for a further two, twelve-month periods, all projects shall be priced and agreed by LJMU before work commence The Videography framework will provide LJMU with suppliers who can deliver in scope full Videography and Immersive multimedia development services for both Marketing Services and Corporate Communications. Being appointed to this Framework is no guarantee of revenue. LJMU intend to use students from the Screen School for some projects throughout the Academic year , therefore those appointed to the framework will not be offered these projects. We expect to appoint a minimum of three suppliers to this Framework Agreement
£320,000
Contract value
It is the intention to create a framework agreement for Videography Services for LJMU. This scope of works outlines the requirements for the provision of a videography framework multiple suppliers. The framework(s) will run for three years and will include an option to extend for a further two, twelve-month periods, all projects shall be priced and agreed by LJMU before work commence The Videography framework will provide LJMU with suppliers who can deliver in scope full Videography and Immersive multimedia development services for both Marketing Services and Corporate Communications. Being appointed to this Framework is no guarantee of revenue. LJMU intend to use students from the Screen School for some projects throughout the Academic year , therefore those appointed to the framework will not be offered these projects. We expect to appoint a minimum of three suppliers to this Framework Agreement Additional information: Apply for documents via In-tend - https://in-tendhost.co.uk/ljmu/aspx/Home Is a Recurrent Procurement Type? : No
From £0.01
Contract value
Liverpool John Moores University (LJMU) is seeking to commission consultants to plan and deliver a Summative Assessment of the Low Carbon Eco-Innovatory project (LCEI). The Assessment will provide LJMU, as accountable body, and its project partners with reliable evidence of the efficiency, effectiveness, and value for money of the project, as well as insights into what and why interventions work, providing lessons for the project and indeed future interventions. The Assessment will also contribute to a body of national evidence of progress and impact and utilised to measure the overall impact and effectiveness of the ERDF operational programme across England. Additional information: Please do not make direct contact with the Buyer, we do not guarantee that you will receive a response Interested parties must register on In-tend, and if there are any queries on the ITT submit these via the Correspondence Functionality on In-tend
From £1
Contract value
It is the intention that there will be several lift replacements completed over the next 3-5 years. First phase will be completed in summer 2023 and this will include the Tithebarn 5 storey evacuation lift replacement, education building 6 storey evacuation lift, James Parsons 11 floor goods/passenger lift. The goods lift will include construction works to form lift opening to the rooftop. LJMU will provide a full specification and requirements within the final ITT documents. Contractors will be expected to provide in the tender the following: (but not limited to) • Manufacture and assembly of lifts • Delivery to site of all lift components, offloading and moving into position • Supply and installation of primary and secondary steelworks • Erection of the lifts • The installation shall include all equipment required to produce a working installation complying with all relevant standards and as described in the employers' requirements document for new lift installations • Grouting bolts, fixing brackets, other fixings and inserts shall be provided • Electrical installations shall also be provided • Permanent ladders shall be provided to lift pit. • Lift landing entrance and sill supporting steelwork • The Lift Contractor shall provide structural details, accurate setting out and safe working load information, including that for any lift beams or lifting equipment within the lift well as required for the lift installation and maintenance • Associated Builders & Electrical Works • Management of building works Additional information: Please do not make direct contact with the Buyer. Any queries / correspondence regarding this tender must be placed via In-tend , we will not respond to direct emails or tel calls
£10,000
Contract value
There is an initial known project, which is a definite requirement once this tender has been awarded. You are invited to submit the Supplier Questionnaire to access capability for the provision of replacement passenger and goods lifts at LJMU Liverpool John Moores University. Please note, beyond this initial project, LJMU do not guarantee any further revenue under this agreement, however if we do have any further related projects that require these services, we will allocate to the successful bidder (with the caveat that pricing is realistic and sustainable) It is the intention that there will be several lift replacements completed over the next 3-5 years. First phase will be completed in summer 2023 and this will include the Tithebarn 5 storey evacuation lift replacement, education building 6 storey evacuation lift, James Parsons 11 floor goods/passenger lift. The goods lift will include construction works to form lift opening to the rooftop. LJMU will provide a full specification and requirements within the final ITT documents. Contractors will be expected to provide in the tender the following: (but not limited to) o Manufacture and assembly of lifts o Delivery to site of all lift components, offloading and moving into position o Supply and installation of primary and secondary steelworks o Erection of the lifts o The installation shall include all equipment required to produce a working installation complying with all relevant standards and as described in the employers' requirements document for new lift installations o Grouting bolts, fixing brackets, other fixings and inserts shall be provided o Electrical installations shall also be provided o Permanent ladders shall be provided to lift pit. o Lift landing entrance and sill supporting steelwork o The Lift Contractor shall provide structural details, accurate setting out and safe working load information, including that for any lift beams or lifting equipment within the lift well as required for the lift installation and maintenance o Associated Builders & Electrical Works o Management of building works Additional information: Stage one - Supplier Questionnaire. All information available in the ITT. Is a Recurrent Procurement Type? : No
Value undisclosed
It is the intention that there will be 3no lecture theatres which will require refurbishment during the summer of 2023. All proposed areas of works are situated within the John Foster Building, 80 - 98 Mount Pleasant, L3 5UZ. Specifically, the areas comprise of G.01 - Lecture Theatre, G.17 - Lecture Theatre and 1.25 - Moot Room. The contractor should note that 2 of the work areas, G.17 and 1.25 fall within the Grade II listed Chapel of the old Notre Dame Convent. LJMU will provide full specification and requirements within the final ITT documents. Works to each area within tender docs
£10,000
Contract value
There is an initial known project which is a definite requirement once this tender has been awarded. You are invited to submit the Supplier Questionnaire to access capability for the provision of the removal of redundant flue pipes and infilling floor voids in riser 10, which runs the full seven floors of James Parsons building, at LJMU Liverpool John Moore's University. The works also involve ancillary refurbishment works to various areas within the James Parsons building. Please note, beyond this initial project, LJMU do not guarantee any further revenue under this agreement, however if we do have any further related projects that require these services, we will allocate to the successful bidder (with the caveat that pricing is realistic and sustainable) The proposed works involve (but not limited to) the following: o Appointment of a UKAS accredited asbestos removal contractor to remove of 2nr existing asbestos containing flues from a 7-storey riser o Following removal of the flue pipes, the floor voids are to be infilled on each level of the building with a series of universal beam structural steel sections to form a support system for a mixture of 8mm durbar plates and GRP grating infills o Strip out and refurbishment works to WC's and a cleaners store on the 1st floor of James Parsons building o Minor refurbishment works to offices within the James Parsons building Minimum Turnover The minimum annual turnover bidders must have achieved is ?3m. Failure to have ?3m T/O or above will result in disqualification from this procurement exercise.
Value undisclosed
There is an initial known project, which is a definite requirement once this tender has been awarded. You are invited to submit the Supplier Questionnaire to access capability for the external repair works to the John Foster building at LJMU Liverpool John Moore's University. Please note, beyond this initial project, LJMU do not guarantee any further revenue under this agreement, however if we do have any further related projects that require these services, we will allocate to the successful bidder (with the caveat that pricing is realistic and sustainable) It is the intention that the next phase (3) of roof and external repair works comprising pitched roof recovering, brick and stonework repairs, timber window & door repairs, rainwater goods repairs and internal / external redecorations to the John Foster Building, 80-98 Mount Pleasant, Liverpool L3 5UZ, during the summer of 2023. Phase 3 works follows phases 1 and 2, previously carried out in the last two summers. LJMU will provide full specification and requirements within the final ITT documents. The proposed works package is to include; o Strip existing slates from main roof & turret o Dismantle redundant lift shaft motor room o Main pitched roof recovering (new slates) o Dormer repairs / replacements o Rooflight repairs / replacements o Rainwater Goods and Drainage replacements and repairs o Timber window & door repairs o Brickwork / stonework repairs o Internal / External Decoration o Lightning protection works o Internal tanking & waterproofing to external stairwell o External groundworks (planters & paving) to external stairwell Minimum Turnover The minimum annual turnover bidders must have achieved is ?3m. Failure to have ?3m T/O or above will result in disqualification from this procurement exercise. Additional information: this is the first stage of the tender exercise : SQ- Supplier Questionnaire- stage 1. Following completion of stage 1 successful suppliers will be invited to complete stage 2 ITT. Please note the attached ITT is for information purposes only at this stage. Is a Recurrent Procurement Type? : No
Value undisclosed
There is an initial known project which is a definite requirement once this tender has been awarded. You are invited to submit the Supplier Questionnaire to access capability for the provision of the removal of redundant flue pipes and infilling floor voids in riser 10, which runs the full seven floors of James Parsons building, at LJMU Liverpool John Moore's University. The works also involve ancillary refurbishment works to various areas within the James Parsons building. Please note, beyond this initial project, LJMU do not guarantee any further revenue under this agreement, however if we do have any further related projects that require these services, we will allocate to the successful bidder (with the caveat that pricing is realistic and sustainable) The proposed works involve (but not limited to) the following: o Appointment of a UKAS accredited asbestos removal contractor to remove of 2nr existing asbestos containing flues from a 7-storey riser o Following removal of the flue pipes, the floor voids are to be infilled on each level of the building with a series of universal beam structural steel sections to form a support system for a mixture of 8mm durbar plates and GRP grating infills o Strip out and refurbishment works to WC's and a cleaners store on the 1st floor of James Parsons building o Minor refurbishment works to offices within the James Parsons building Minimum Turnover The minimum annual turnover bidders must have achieved is ?3m. Failure to have ?3m T/O or above will result in disqualification from this procurement exercise. Additional information: This is stage 1 of the tender exercise - SQ Supplier Questionnaire. Successful suppliers on completion of stage 1 will progress onto Stage 2 - ITT. Please note that the ITT is for information purposes only at SQ Stage 1. Is a Recurrent Procurement Type? : No
Value undisclosed
2.1 There is an initial known project which is a definite requirement once this tender has been awarded. You are invited to submit the Supplier Questionnaire to access capability for the provision of the strip out and refurbishment of the Byrom Street Security Lodge at LJMU Liverpool John Moore's University. Please note, beyond this initial project, LJMU do not guarantee any further revenue under this agreement, however if we do have any further related projects that require these services, we will allocate to the successful bidder (with the caveat that pricing is realistic and sustainable) The proposed works involve (but not limited to) the following: o The strip out and reconfiguration of the of existing space to suit client needs and ensure compliance with the Equality Act 2010 o The supply and installation of a new HVAC system, including allowance for a HEPA filter and then an activated carbon filter for the supply air to the MVHR unit. o Supply and installation of a secondary LV supply from an existing campus generator o Supply and installation of temporary accommodation for building users o Supply and installation of energy efficient plant options (TBC) Minimum Turnover The minimum annual turnover bidders must have achieved is ?5m. Failure to have ?5m T/O or above will result in disqualification from this procurement exercise. Additional information: This is the first stage of the tender exercise - SQ - Supplier questionnaire. Successful suppliers following stage 1 will progress on to stage 2 - ITT. Please note the ITT as this stage is for information only. Is a Recurrent Procurement Type? : No
Value undisclosed