Loading page content…
Loading page content…
Loading contract search results…
17 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
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
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: Liverpool John Moores University (LJMU) requires the information sought in this questionnaire from Tenderers responding to the Contracts Finder Notice Responses to the selection questionnaire (SQ) will be used as the first step in selecting capable companies to tender. Selected Tenderers will be invited to participate further in the procurement exercise - the ITT - second stage. LJMU envisage shortlisting a minimum of 6 suppliers to ITT. Anyone responding to this procurement exercise will be referred to throughout as a Tenderer or you interchangeably. Failure to furnish the required information, make a satisfactory response to any question, or supply/ self-certify documentation referred to in responses, within the specified timescale, could result that Tenderers will be disqualified from the Procurement Exercise LJMU will not be liable for any costs incurred by Tenderers in their submission LJMU will not enter into detailed discussion of the requirements at this stage - companies should submit any clarifications on the process / documents to the In-tend portal. If LJMU considers any question or request for clarification to be of material significance, both the query and the response will be communicated, in a suitably anonymous form, to all Tenderers who have requested the SQ documentation. Subject to the above, all responses received and any communication from Tenderers will be treated in confidence. Tenderers have been requested to include a single point of contact in their organisation for their response to the ITT LJMU shall not be responsible for contacting the contractor through any route other than the nominated contact. The supplier must therefore undertake to notify any changes relating to the contact promptly. All correspondence pertaining to this tender must be submitted via the In-tend correspondence portal, please do not make contact via telephone or direct email, as you will not receive a response. Please ensure you submit your Supplier Questionnaire ONLY in plenty of time to meet the 12 noon deadline. The portal shuts off once the closing date has expired. LJMU will not agree to extensions for submission, nor accept via email. 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 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
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
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, of an existing HVAC system on the 6th & 7th floor of James Parsons building 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 the removal of the existing 'end of life' HVAC systems, which shall be disconnected and removed. Each of the 9nr teaching spaces will be provided with mechanical supply and extract ventilation with ducted connections to external window amendments. It is proposed the ventilation will be supplied through reduced height Mechanical Vent Heat Recovery (MVHR) units located within the suspended ceiling voids in each room, which will provide supply and extract air through a latent heat exchanger. Networked local controllers are to be included in each area, interfaced with the existing BMS system. A new AC system will be provided to all spaces through slimline four-way ceiling cassettes integrated into the suspended ceiling and connected to external units mounted at roof level. The refrigerant will be piped to the roof level though the adjacent service risers. It is proposed the LTHW radiators on the 6th floor will be removed to avoid the need to interlock the AC with the heating system. The works will include the associated BMS modifications and additions and all building work in association. 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. Successful suppliers following stage 1 will be taken through to stage 2- ITT. Please note that the ITT is for information purposes only at this stage. Is a Recurrent Procurement Type? : No
Value undisclosed
INTRODUCTION The contract will apply to Liverpool John Moores University (LJMU), its associated trading activities and the activities of its wholly owned subsidiary companies. The successful contractor(s) must be able to demonstrate that they can provide a comprehensive supply service, which will satisfy LJMU's operational requirements. The successful contractor(s) will liaise with various LJMU stakeholders across the university. Throughout this ITT Liverpool John Moores University will be referred to as "LJMU"; the "Authority" or the University. This Invitation to Tender has been advertised in Find a Tender. The Authority is managing this procurement process in accordance with the Public Contracts Regulations 2015 (the "Regulations") - Open Procedure. "Tenderer" is the person, firm or company responding to this Invitation to Tender by submitting a Tender for the consideration of LJMU. The successful Tenderer(s) will be required to work closely with the Authority to ensure the satisfactory supply, installation and management of any resulting solution and the associated Agreement. The main point of contact at LJMU for the duration of this procurement exercise is: Katherine Orme Deputy Procurement Manager Any queries pertaining to this Procurement exercise must be submitted via the Intend portal https://in-tendhost.co.uk/ljmu (Correspondence Function) Please do not contact via direct email or telephone, as we will not respond. SPECIFICATION The Contracting Authority seeks to maintain a high standard and quality of window cleaning services across its campus. The winning bidder must carry out the work adopting the best cleaning practice including rigorous standards of discipline, cleanliness, and tidiness. The provisions contained within this Window and Cladding Cleaning Services specification shall be complied with by the winning bidder in undertaking the tasks as summarised within the tender documents, and the winning bidder's tender submission shall be deemed to include for all such costs as may arise through compliance with this specification. Should any optional tasks be instructed to be carried out by the winning bidder, then the tendered rates for such optional tasks shall be deemed to allow for full compliance with this specification... Additional information: All information related to this tender, including the documentation, can be found at https://in-tendhost.co.uk/ljmu/aspx/Home. All correspondence must be through the portal. Emails and calls will not be responded to. Is a Recurrent Procurement Type? : No
Value undisclosed
he works involve the replacement of the existing Carrier 30RB water chiller and existing carbon steel pipework at the Max Perutz Building, located on the Byrom Street Campus, at Liverpool John Moores University. The enabling package includes the replacement of the existing Carrier chiller and all associated vessels, tanks, valves and pipework and all existing press fit (crimped) carbon steel CT, chilled water and run around coil pipework supplying the ahu's and coils to the rear elevation plant deck area of the Max Perutz Building, with a combination of malleable iron pipework and 316 stainless steel pipework system complete with new thermal insulation. Connecting to the existing malleable iron pipework supplies from the building as they enter the outside plant area, utilising as many of the existing valves and controls as practicable. The pipework sizes should remain the same size as the existing pipework, flow rates are to be taken before and after the works and then balanced on completion of the works. Water samples should be taken from the system before and after the works to ascertain the levels of corrosion, ph. and manufactures recommended dosage strength. 2nr non-working days will need to be allowed for in the contractor's programme due to university open days. Additional information: Tendering Process Liverpool John Moores University will from now on be referred to as "LJMU" or the "Authority" for the purpose of these documents. "Tenderer" is the person, firm or company responding to this Invitation to Tender by submitting a Tender for the consideration of LJMU. The successful Tenderer(s) will be required to work closely with LJMU to ensure the satisfactory management of any resulting Agreement. The main point of contact for the duration of this exercise is: Neil Brennan Enquiries relating to this tender exercise must be submitted via the Intend portal. To register interest, and to submit your bid for this tender exercise, please register on the Intend E Tendering Portal - https://in-tendhost.co.uk/ljmu. Please do not email directly or telephone, we will not respond to this mode of communication Tender visits: Tuesday 14th June 2023 - 09:00am - 12:00pm Contractors must confirm attendance via the University's In-tend portal. Is a Recurrent Procurement Type? : No
Value undisclosed
It is the intention to create a framework agreement for Photography Services for LJMU with a minimum of three companies appointed. The total estimated spend over the duration of the framework agreement is £100,000.00, however there is no guarantee that spend will match this figure. The framework agreement will run for three years initially and will include an option to extend on a 1+1 basis, meaning a potential maximum duration of five years. All projects shall be priced and agreed by LJMU before work commences. The Photography framework will provide LJMU with suppliers who can deliver, in scope, full Photography Services primarily for the Corporate Communications and Marketing departments, however the services may be required elsewhere across the University on an ad-hoc and/or case-by-case basis. Full details within the ITT. Additional information: Please see ITT document. Is a Recurrent Procurement Type? : No
Value undisclosed
Customer Requirements/Specification 1. Accreditation: The provider should be accredited by AXELOS, the owner of the PRINCE2 framework. 2. Comprehensive Curriculum: Provide access to a comprehensive curriculum that covers all the key concepts, principles, themes, processes, and terminology of PRINCE2. The curriculum should align with the PRINCE2 syllabus and exam requirements. 3. Engaging Training Materials: Provide engaging and interactive training materials, including presentations, case studies, exercises, and other resources to help trainees grasp the concepts and apply them in real-world scenarios. 4. Mock Exams: Provide a sufficient number of exams that closely resemble the format and difficulty level of the actual PRINCE2 foundation exams. 5. Foundation Exam and Certificate: Provide a one-off fee to cover all course materials, foundation exams, and trainees' certificates. 6. Organisational Support: Offer support to LJMU instructors, including opportunities for one-on-one discussions, clarification of doubts, and guidance on the PRINCE2 teaching and learning structures. 7. Updated Content: Ensure that the provided training materials and curriculum are up to date with the latest version of the PRINCE2 framework, and any changes or updates introduced by AXELOS. 8. Post-Training Resources: Provide access to post-training resources, such as reference guides, study aids, and additional learning materials, to help trainees continue their learning and revision after the course. 9. Transparent Information: Clearly communicate to LJMU instructors and trainees the benefits of PRINCE2 certification, the structure of the exams, the accreditation process, and any prerequisites for taking the exams. 10. Customer Feedback: Gather feedback from instructors and trainees to continuously improve the LJMU training programme and address any areas of concern. 11. Scope: We anticipate that there will be around 100 delegates per annum. Additional information: Please see ITT document Is a Recurrent Procurement Type? : No
Value undisclosed
Appendix A - Specification Essential Criteria o Maximum speed circa 150000 rpm o Maximum g force circa 1019000g o Temperature control 0-40 C o Variable program control with minimum of 10 acceleration/deceleration storable profiles o Fixed angle rotors to accommodate the following tubes and speeds/g forces o 3ml polycarbonate or polypropylene 100000rpm/540000g o 0.2 ml polycarbonate 100000rpm/436000g o 1.5 ml polycarbonate or polypropylene 55000rpm/186000g o Service contract to cover unlimited certified parts, labour and travel expense for repairs, one annual preventative maintenance visit, software and engineering updates, annual basic operator training and remote technical support Ultracentrifugation is a powerful technique for separation of biological molecules and chemical products. LJMU currently possesses a floor model ultracentrifuge which is useful for preparative procedures. A benchtop ultracentrifuge would enable powerful analytical approaches for projects in biology, chemistry, and pharmaceutical science. This will also increase capacity for projects requiring ultracentrifugation procedures. Study of: mitochondrial membrane protein complexes; inter-organelle communication; protein aggregates in muscle; macrovesicles; exosomes; nanoparticles; separation of lipoproteins.
Value undisclosed
The University is seeking to procure a cloud-based Enterprise Service Management (ESM) solution to facilitate the management of all aspects of service to staff, students and external partners, beginning with existing users (>400) of our current system in the first instance, but extending to other parts of the university in the near future. All staff and students will need access to the customer facing portal. We will also need to offer guest access to external enquirers including alumni, prospective students and contacts in other organisations such as the local council and other government or higher education authorities. We want to expand existing good practice in service management from IT Services to reach across all service areas, resulting in a consistent and easy to access support experience for all services. A licensing model that easily accommodates changes in the 'analyst' population such as expansion into further areas of the university and frequent staffing changes, without onerous administration or frequent changes to cost or contract, is therefore essential. Easy to configure workflows, forms and a modern flexible and brandable self-service interface are essential, to bring together multiple support teams in a single portal, that works easily on all common fixed and mobile device platforms. We want to digitize and automate as many common processes as possible, integrating with other key systems, including but not limited to Microsoft Teams, Microsoft SCCM/Endpoint Manager, Microsoft Azure AD and our inhouse Identify management solution, though we may also wish to integrate with our Oracle E-Business Suite and PeopleSoft Campus Solutions in future as we develop capability. We are keen to introduce chat as a channel to log tickets and communicate with our customers about work in progress, so the solution must have a chat interface and chatbot capability, ideally with the option to present as a channel or app within Microsoft Teams. We also want to manage our extensive infrastructure estate in a comprehensive configuration management database (CMDB) linked to our existing discovery tools. Additional information: Please submit your RFI return before 12 NOON on Friday 17th November 2023 Is a Recurrent Procurement Type? : No
Value undisclosed
1.2 Project Information The Liverpool City Region High Density Deployment (LCR HDD) project is going to deploy 5 O-RAN based private 5G Standalone networks in and around Liverpool throughout 2024 to test and optimise the network performance. In order to achieve this, we require a large number of compatible user equipment (UEs) that will be used to evaluate and optimise the network performance. The call covers the procurement of the UEs only and, in this context, we are looking for approximately 1500-2000 handsets, along with around 500 MiFi routers and various additional devices. Please see below for more information. 1.2.1 The LCR HDD Project LCR HDD is the latest project for the Liverpool 5G consortium (https://liverpool5g.org.uk/). Funded by Department for Science, Innovation and Technology (DSIT), the project runs from September 2023 to March 2025. The project consortium is led by the University of Liverpool Department of Electrical and Electronic Engineering, in partnership with Telet Research (N.I) Ltd, Qualcomm Technologies International Ltd, Radisys UK Ltd, Attocore Ltd, iTS Technology Group, Asset Market, Liverpool John Moores University, CGA Simulation Ltd and Liverpool City Region Combined Authority. Other consortium members include Liverpool 5G, Atticus Technology, the Hartree Centre, Weaver Labs and Aimes. The Liverpool City Region HDD project aims to showcase the benefits of Open RAN (Open Radio Access Network) technology in optimising real-world network performance in high-connectivity environments. Open RAN is seen as a way to enhance the UK's connectivity infrastructure by enabling networks of low-cost, power-efficient, and unobtrusive small cells to meet the demand of high-density areas. The Liverpool City Region HDD project will test the Open RAN technology in a simulated environment before trialling it at five test bed sites across the region, including a mixture of indoor and outdoor sites with a variety of uses, to see if the new HDD network can easily, safely and securely provide connectivity to high numbers of users in the same environment. The project emphasises collaboration with national and private networks to understand their needs and encourages participation through trials in a controlled environment. The focus is on delivering competitive solutions with 5G technology and simulation, providing workable models for the adoption of Open RAN in the UK. We therefore aim to quantify and explicitly demonstrate the benefits to mobile communications markets and overcome challenges in assuring local authorities and asset owners of sustained economic and social benefits. The project team plans to showcase agile, easily managed, and secure networks in and around the Liverpool region. 1.2.3 The 5G deployments Deployments at 5 venues around the Liverpool City Region including stadia and large public spaces. The deployments will be designed to sit alongside and enhance the current connectiv...
Value undisclosed
Essential Requirements: Overview o To include multicolour flow cytometer, software, and PC. The price should include delivery, installation, packaging disposal, training, warranty, and service contract. o Benchtop design. o Low maintenance. o Eco friendly features. o Simple to maintain in a multiuser environment. Detector System controller o PC/ laptop o Software o Multiple licences for use in a teaching environment. o User friendly software. o Applications support o Training must be provided for multiple members of staff Desirable Requirements: o Trolley for transporting equipment. o Freely available software or online analysis tools for use of staff and students o In-built Network (Wi-Fi) connectivity of the flow cytometer device. o UK based application specialist and engineers. Additional information: All correspondence must be through In-Tend. Please do not contact anyone at LJMU regarding this contract. Is a Recurrent Procurement Type? : No
Value undisclosed
The University is seeking to procure a cloud-based Enterprise Service Management (ESM) solution to facilitate the management of all aspects of service to staff, students and external partners, beginning with existing users (>400) of our current system in the first instance, but extending to other parts of the university in the near future in a phased approach. Additional information: Express an interest to access documentation. Any queries pertaining to this Procurement exercise must be submitted via the Intend portal https://in-tendhost.co.uk/ljmu (Correspondence Function). Please do not contact via direct email or telephone, as we will not respond. Is a Recurrent Procurement Type? : No
Value undisclosed
LJMU wishes to reserve 3,600 bedspaces for academic year 2025/26 and this is broken down between the three main types as follows: Self-contained studio 40 (1% of total) Bedroom with shared bathroom facilities 500 (14% of total) Bedroom with en-suite bathroom facilities 3,060 (85% of total) Furthermore, this is broken down between geographical location as follows: Mount Pleasant Campus area 900 (25% of total) Central area 1,440 (40% of total) City Campus area 1,260 (35% of total) 2026 / 2027 requirements will be confirmed annually Additional information: Please access the Tender Documents via In-tend https://in-tendhost.co.uk/ljmu/aspx/Home Wen have placed a Find a Tender Notice and a Contracts Finder outside of the In-tend Portal which contains full details - published 22nd October 2024 Is a Recurrent Procurement Type? : No
Value undisclosed
Tenderers for banking services need to be able to offer a diverse range of day-to-day banking services. This includes (but is not limited to) the provision of UK domiciled currency accounts, the provision of foreign currency accounts as required, exchange of small value foreign currencies and on-line banking facilities, deposit and borrowing solutions. In respect of deposits this should include a range of rates and options such as overnight deposit accounts and fixed term deposit rates. The banking system provided by the tenderer may need to be able to import or extract information and interface with third party solutions and providers such as Oracle, WPM, Unit 4 Business World and Flywire The University wants to ensure that its banking arrangements are both efficient and cost-effective and are capable of meeting future changes in the marketplace and technological advances. It is looking for relationships with an organisation in which it can be confident, and which will meet and often exceed user expectations. In line with this we require the ability to utilise self-service wherever possible and to be able to access reports and KPI information Additional information: Tenderers must access the documents via In-tend and not make direct contact with the buyer via email or tel. We will not respond to any queries sent direct to the Buyer Is a Recurrent Procurement Type? : No
From £0.1
Contract value
You are invited to tender for the provision of the installation of new ASHP and WSHP to replace the existing gas fired hot water heaters and work in conjunction with the existing gas heating boilers for Liverpool John Moores University, details of which are provided in the following documentation. It is proposed to select a contractor using a single stage procurement process.
£1
Contract value