Contributors arfaoui47

Last run completed successfully .

Console output of last run

Injecting configuration and compiling... Injecting scraper and running... /app/.heroku/python/lib/python2.7/site-packages/bs4/__init__.py:166: UserWarning: No parser was explicitly specified, so I'm using the best available HTML parser for this system ("html.parser"). This usually isn't a problem, but if you run this code on another system, or in a different virtual environment, it may use a different parser and behave differently. To get rid of this warning, change this: BeautifulSoup([your markup]) to this: BeautifulSoup([your markup], "html.parser") markup_type=markup_type))

Data

Downloaded 6 times by woodbine MikeRalphson randomgitman arfaoui47

To download data sign in with GitHub

Download table (as CSV) Download SQLite database (464 KB) Use the API

rows 10 / 81

Deadline for Expression of Interest clean Published Description of Amendment Awarding Authority NUTS Codes CPV Codes Contact Type Duration Of The Contract Or Time Limit For Completion Other Information Url Title Address to which they must be sent Main Site or Location of Works Published clean Decription Reference Attributed by the Awarding Authority ID Estimated Value of Requirement Deadline for Expression of Interest
2016-01-22
16/11/2015
Lancashire Fire and Rescue Service
66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66514110 - Motor vehicle insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services.
Starting: 01/04/2016Completion: 31/03/2021
UK-PRESTON: Insurance services.
2015-11-16
UK-PRESTON: Insurance services.Section I: Contracting Authority I.1)Name, Addresses and Contact Point(s): LANCASHIRE COMBINED FIRE AUTHORITY SERVICE HEADQUARTERS, GARSTANG ROAD, FULWOOD, PRESTON, PR2 3LH, United Kingdom Email: kimlarter@lancasfirerescue.org.uk, URL: www.lancsfirerescue.org.uk Attn: Kim Larter Electronic Access URL: www.supply4nwfire.org.uk Electronic Submission URL: www.supply4nwfire.org.uk Further information can be obtained at: As Above Specifications and additional documents: As Above Tenders or requests to participate must be sent to: As Above I.2)Type of the contracting authority: Regional or local authority I.3) Main activity: General Public Services Public Order and Safety I.4) Contract award on behalf of other contracting authorities: The contracting authority is purchasing on behalf of other contracting authorities: No Section II: Object Of The Contract: SERVICES II.1)Description II.1.1)Title attributed to the contract by the contracting authority: INSURANCE COVER AND ANCILLARY SERVICES excl. BROKERAGE SERVICES II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES Service Category: 6 Region Codes: UKD4 - Lancashire II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement II.1.4)Information on framework agreement: Framework agreement with several operators Duration of the framework agreement: Duration in year(s): 5 II.1.5)Short description of the contract or purchase: Insurance services. Property insurance services. Fire insurance services. Pecuniary loss insurance services. Liability insurance services. Motor vehicle insurance services. Engineering, auxiliary, average, loss, actuarial and salvage insurance services. Accident and health insurance services. INSURANCE COVER AND ANCILLARY SERVICES excl. BROKERAGE SERVICES II.1.6)Common Procurement Vocabulary: 66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66514110 - Motor vehicle insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services. II.1.7) Information about Government Procurement Agreement (GPA): The contract is covered by the Government Procurement Agreement (GPA): No II.1.8)Lots: This contract is divided into lots: Yes If yes, tenders should be submitted for: One or more lots II.1.9)Information about variants: Variants will be accepted: No II.2)Quantity Or Scope Of The Contract II.2.1)Total quantity or scope: Numerous Lots as stated in the Tender documentation II.2.2)Options: Yes If yes, description of these options: Alternative options are described in the Insurance Specification under the relevant Lots II.2.3)Information about renewals: This contract is subject to renewal: No II.3)Duration Of The Contract Or Time-Limit For Completion Starting: 01/04/2016 Completion: 31/03/2021 Information About Lots Lot No: 1 Title: Property 1)Short Description: Property (comprising Property, Business Interruption, Works in Progress, Specified all Risks, Computers and Money) 2)Common Procurement Vocabulary: 66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services. 66514110 - Motor vehicle insurance services. 3)Quantity Or Scope: As detailed in the ITT documents 4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided 5)Additional Information About Lots: Not Provided Lot No: 2 Title: Terrorism 1)Short Description: As detailed in the ITT documents 2)Common Procurement Vocabulary: 66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66514110 - Motor vehicle insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services. 3)Quantity Or Scope: As detailed in the ITT document 4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided 5)Additional Information About Lots: Not Provided Lot No: 3 Title: Fidelity Guarantee and/or Crime 1)Short Description: As detailed in the ITT documents 2)Common Procurement Vocabulary: 66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66514110 - Motor vehicle insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services. 3)Quantity Or Scope: As detailed in the ITT documents 4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided 5)Additional Information About Lots: Not Provided Lot No: 4 Title: Casualty Covers (comprising Employers Liability, Public/Products Liability, Libel and Slander, Officals Indemnity and Professional Indemnity) 1)Short Description: Casualty Covers (comprising Employers Liability, Public/Products Liability, Libel and Slander, Officals Indemnity and Professional Indemnity) 2)Common Procurement Vocabulary: 66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66514110 - Motor vehicle insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services. 3)Quantity Or Scope: As detailed in ITT documents 4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided 5)Additional Information About Lots: Not Provided Lot No: 5 Title: Motor Fleet (comprising General and Leased/Senior Officer's Vehicles) 1)Short Description: Motor Fleet (comprising General and Leased/Senior Officer's Vehicles) 2)Common Procurement Vocabulary: 66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66514110 - Motor vehicle insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services. 3)Quantity Or Scope: As detailed in the ITT documents 4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided 5)Additional Information About Lots: Not Provided Lot No: 6 Title: Engineering Services (comprising Engineering Insurance and Inspection) 1)Short Description: Engineering Services (comprising Engineering Insurance and Inspection) 2)Common Procurement Vocabulary: 66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66514110 - Motor vehicle insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services. 3)Quantity Or Scope: As detailed in the ITT documents 4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided 5)Additional Information About Lots: Not Provided Lot No: 7 Title: Personal Accident and Travel (comprising main Group PA and Travel and OPA Retained Fire Fighters) 1)Short Description: Personal Accident and Travel (comprising main Group PA and Travel and OPA Retained Fire Fighters) 2)Common Procurement Vocabulary: 66510000 - Insurance services. 66515200 - Property insurance services. 66515100 - Fire insurance services. 66515411 - Pecuniary loss insurance services. 66516000 - Liability insurance services. 66514110 - Motor vehicle insurance services. 66519000 - Engineering, auxiliary, average, loss, actuarial and salvage insurance services. 66512000 - Accident and health insurance services. 3)Quantity Or Scope: Not Provided 4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided 5)Additional Information About Lots: Not Provided Section III: Legal, Economic, Financial And Technical Information III.1)Conditions relating to the contract III.1.1)Deposits and guarantees required: Not Provided III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Not Provided III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: The Contracts are open to the following organisations:1. Insurers, being registered with the FCA, proposing to provide the requested services and insurance listed in Annex B2. Managing General Agents who are submitting a bid which is fully and exclusively supported by insurers who are registered with the FCA and authorised to transact such business as detailed in Annex B. When submitting their bid, the name, identity and the exclusive quotation basis must be provided and clearly identified for all covers tendered III.1.4)Other particular conditions: The performance of the contract is subject to particular conditions: No III.2)Conditions For Participation III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: Not Provided III.2.2)Economic and financial capacity Economic and financial capacity - means of proof required: Information and formalities necessary for evaluating if requirements are met: For all Lots a minimum standard and Poors rating of A- (or comparative rating from other Rating Agency) is required. For Managing General agents responding on behalf of insurers, they will be responsible for providing confirmation that their insurers meet this criteria. III.2.3)Technical capacity Technical capacity - means of proof required Information and formalities necessary for evaluating if requirements are met: As detailed within the Invitation to Tender III.2.4)Information about reserved contracts: Not Provided III.3)Conditions Specific To Service Contracts III.3.1)Information about a particular profession: Execution of the service is reserved to a particular profession: Yes If yes, reference to relevant law, regulation or administrative provision: The Contracts are open to Insurance Companies regulated by the FCA and Managing General Agents working on an exclusive basis with Insurers regulated by the FCA and all being authorised to underwrite the insurance covers detailed in Annex B of this Contract Notice III.3.2)Staff responsible for the execution of the service: Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not ProvidedSection IV: Procedure IV.1)Type Of Procedure IV.1.1)Type of procedure: Open IV.2)Award Criteria IV.2.1)Award criteria: The most economically advantageous tender in terms of The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2)Information about electronic auction: An electronic auction will be used: No IV.3)Administrative Information IV.3.1)File reference number attributed by the contracting authority: LFRS-T-07 15-16 IV.3.2)Previous publication(s) concerning the same contract: No IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document: Date: 21/01/2016 Time-limit for receipt of requests for documents or for accessing documents: 12:00 Payable documents: No IV.3.4)Time-limit for receipt of tenders or requests to participate Date: 22/01/2016 Time: 12:00 IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided IV.3.8)Conditions for opening tenders Date: 25/01/2016 Place: LCFA HQSection VI: Complementary Information VI.1)This Is A Recurrent Procurement: No VI.2)Information about European Union funds: The contract is related to a project and/or programme financed by European Union funds: No VI.3)Additional Information: To view this notice, please click here: https://www.supply4nwfire.org.uk/delta/viewNotice.html?noticeId=172668547 GO-20151116-PRO-7331778 TKR-20151116-PRO-7331777 VI.4)Procedures For Appeal VI.4.1)Body responsible for appeal procedures: Not Provided VI.4.2)Lodging of appeals: Not Provided VI.4.3)Service from which information about the lodging of appeals may be obtained: Not Provided VI.5) Date Of Dispatch Of This Notice: 16/11/2015 ANNEX A
172668547
22/01/2016
2015-12-04
13/11/2015
Merseyside Fire & Rescue Authority
UKD5 - Merseyside
71330000 - Miscellaneous engineering services.
ServicesSub Type: Other services.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.supply4nwfire.org.uk/tenders/UK-GB-Merseyside-%26-Lancs:-Site-Survey-%26-Consultancy-Services-re-Fuel-Management-Requirements/8C4BD95935To respond to this opportunity, please click here: https://www.supply4nwfire.org.uk/respond/8C4BD95935 TKR-20151113-PRO-7321077Suitable for VCO: NoProcedure Type:OPENPeriod of Work Start date: 04/01/2016Period of Work End date: 29/01/2016Is this a Framework Agreement?: no
GB-Merseyside & Lancs: Site Survey & Consultancy Services re Fuel Management Requirements
Merseyside Fire & Rescue AuthorityBridle Road, Bootle, Liverpool, L30 4YD, United KingdomTel. 0151 296 4504, Email: crystalatkinson@merseyfire.gov.ukContact: Crystal Atkinson, Attn: Crystal Atkinson
Merseyside,
2015-11-13
Miscellaneous engineering services. To undertake Site Survey and Specification Drafting Services regarding the Authorities future requirement/tender for fuel tank works and installation and commissioning of a fuel management system
T/10/15
170744632
Category K:10K to 25KCurrency: GBP
04/12/2015 16:00:00
06/11/2015
Greater Manchester Fire and Rescue Service
UK-Manchester: Design and execution of research and development.
2015-11-06
UK-Manchester: Design and execution of research and development.Section I: Contracting Authority Title: UK-Manchester: Design and execution of research and development. I.1)Name, Addresses And Contact Point(s) Greater Manchester Fire and Rescue Authority 146 Bolton Road, Swinton, Manchester, M27 8US, United Kingdom Tel. +44 1616084137, Email: procurement@manchesterfire.gov.uk, URL: www.manchesterfire.gov.uk Attn: Tina Tyas I.2)Type Of Purchasing Body Not Provided Section II: Object Of The Contract II.1)Description II.1.1)Title attributed to the contract by the contracting authority/entity: Research, Development and Supply Partner to monitor, interpret and display Firefighter physiology in real time within an operational environment II.1.2)Short description of the contract or purchase: Design and execution of research and development. The ProjectGMFRS envisages that this project will be delivered by one supplier and will be broken down in to two distinct phases, with phase two only being entered in to when GMFRS are satisfied that there is sufficient reason to progress and that all work and outputs from phase one have been exhausted and there is a business case to progress the project.Aims1.Using existing technology to gather physiological data from a broad range of GMFRS research participants, including, heart rate and core body temperature. Resultant data will identify parameters that, in part, will inform the development of a pragmatic, reliable physical application, in the form of a non-intrusive monitoring device. 2.Resultant device must be able to relay captured data and reliably send to a monitoring position remote from the firefighter. This real time data, must then be displayed on an easy to interpret visual device.3.For GMFRS to have viable options for real time remote monitoring of firefighters physiological parameters of core body temperature and heart rate, via non-intrusive, personal issue apparatus. Developed system must provide a visual and audible warning when physiological tolerance limits are about to be exceeded.4.As well as the ability to send live data to a remote location the monitoring device must be able to display the data on a smaller device, such that a firefighter can carry with them. This device, whilst visualising the physiological data must also provide an audible warning when tolerance limits are about to be exceeded. Both proximate and remote devices must provide warnings, visual and audible, with a reasonable level of tolerance built in to enable firefighters to exit the risk area. 5.To use the research findings to inform standard operating procedures and further developments, in line with The Future of Fire Fighting development goal.Academic rigourIn order for the research and development to stand up to scrutiny, GMFRS will be utilising the services of Salford University to assist in this project. It is therefore essential that the successful Research and Development Partner is willing to engage with both GMFRS and Salford University throughout the course of the project. Salford University will act as a critical friend to GMFRS, in particular, in phase 1 initial research element of the project. They will utilise their academic expertise in human physiology to test and validate data, scrutinise and challenge testing procedures that are undertaken and apply their academic rigour to each element as required.Product Requirements 1.Monitoring device must be able to measure the physiological parameters of core body temperature as close to the ambulatory gold standard of a rectal probe as possible, and heart rate as close to the gold standard of an electrocardiogram as possible.2.Monitoring device and proximate interpretation system must be able to withstand temperatures expected within a compartment fire situation and continue to operate within expected limits. 3.Data transfer method from the monitoring device to the remote interpretation system must be reliable and resilient to a degree that would function within an operational environment that could be reasonably foreseen.4.Visualisation of gathered data must be easily interpreted by the end user in order for operational decisions to be made.5.Audibility of both systems must be at a level that it is easily heard within an operational environment but not exceed recognised safe working limits without ear defenders.6.Product(s) and/or technology must not, in any way, interfere or inhibit the use or operability of existing operational equipment, including but not limited to, radios and breathing apparatus telemetry.Project Phases The phases can be summarised as follows;Phase 1 - Initial research and prototype development. Development of potential technology and/or product, based on outputs of initial research, to accurately measure, monitor and transfer a range of physiological data, including core body temperature in a non intrusive manner. Product will include a monitoring device to enable the firefighter to monitor their own data as well as having the ability to send data from firefighters operating in a real time firefighting environment to a remote monitoring position away from the firefighting environment. Phase 2 Further development, manufacture and supply of technology and/or product(s) The supplied technology / product(s) must, where possible, meet all the requirements detailed in this section. It is recognised however, that evidence gathered following phase 1 of the project may refine the specification. All changes must, ultimately, satisfy the aims and objectives of the project and will be made by agreement with all research partners.Phase 1 Research Objectives1.To examine the relationship between ambient compartmental fire temperatures and firefighter physiological responses when wearing full personal protective equipment, including full firefighting ensemble and breathing apparatus. 2.To define safe exposure limit range for individuals utilising the physiological parameters of core body temperature and heart rate as determining factors.3.To test, using a cross section of serving firefighters, currently available technology that will allow for real time remote monitoring of a firefighters physiological parameters within a compartment fire situation wearing full personal protective equipment, including full firefighting ensemble and breathing apparatus.4.To identify and / or develop a non-intrusive physiological monitoring device capable of operating within the environment expected of a compartment fire.5.To identify and / or develop a reliable methodology of interpreting and relaying data to a remote local.6.To identify and / or develop a proximate monitoring device that will be used by the firefighter within the operational arena in order to monitor their individual physiology and safe exposure limit. Phase 2 Further development, manufacture and supply of technology and/or product(s)Upon the successful development of an appropriate product/device/ technology as outlined above, the Research and Development Partner, will have the ability either directly, or via a third party, to manufacture and supply the resultant product to GMFRS as part of this project.At the outset of this project, the costs of any devices that may be developed at some point in the future are difficult to determine. However, given the budget that GMFRS has allocated to the initial phase of this project, along with the possibility of future development and unit cost, this tender has been advertised via the Official Journal of the European Union (OJEU).Whilst GMFRS would be the initial user of any product/device that may be developed upon the successful conclusion of the stages outlined above, the contract would be open, by agreement, for use by all other UK and International Fire and Rescue Services.Upon appointment and prior to the commencement of the research phase, GMFRS and the Research and Development Partners, including Salford University, will discuss and agree the added value and commercial parameters, including intellectual property rights, discounts, future rebates based on sales, that will be available to GMFRS and Salford University should any product/device/solution be developed which meets the requirements, aims and objectives of the project. II.1.3)Common procurement vocabulary: 73300000 - Design and execution of research and development. Section IV: Procedure IV.1) Type of Procedure IV.1.1)Type of procedure (as stated in the original notice): Open IV.2)Administrative Information IV.2.1)File reference number attributed by the contracting authority/entity: GMFRS 0056 IV.2.2)Notice reference for electronically submitted notice Original Notice sent via: OJS eSender Notice Reference: 2015 - 166980 IV.2.3)Notice to which this publication refers: Not Provided IV.2.4)Date of dispatch of the original Notice: 20/10/2015 Section VI: Complementary Information 1: Complementary Information VI.1)This notice involves: Additional Information VI.3)Information to be corrected or added VI.3.1) Modification of original information submitted by the contracting authority VI.3.2) In both In the original Notice. In the corresponding tender documents. VI.3.3)Text to be corrected in the original notice: VI.3.4)Dates to be corrected in the original notice: Place of dates to be modified: IV.3.4)Time-limit for receipt of tenders or requests to participate Instead of: 19/11/2015 Time: 12:00 Read: 03/12/2015 Time: 12:00 VI.3.5)Addresses and contact points to be corrected: GREATER MANCHESTER FIRE AND RESCUE AUTHORITY 146 BOLTON ROAD, SWINTON, MANCHESTER, M278US, United Kingdom Email: procurement@manchesterfire.gov.uk VI.3.6)Text to be added in the original notice: Not Provided VI.4)Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.To view this notice, please click here: https://www.supply4nwfire.org.uk/delta/viewNotice.html?noticeId=170879621 GO-2015116-PRO-7290938 TKR-2015116-PRO-7290937 VI.5)Date of dispatch: 06/11/2015
170879621
2015-12-03
03/11/2015
Greater Manchester Fire and Rescue Service
50117100 - Motor vehicle conversion services.
Duration in months: 60 (from the award of the contract)
UK-Swinton: Motor vehicle conversion services.
2015-11-03
UK-Swinton: Motor vehicle conversion services.Section I: Contracting Authority I.1)Name, Addresses and Contact Point(s): Greater Manchester Fire and Rescue Service 146 Bolton Road, Swinton, M27 8US, United Kingdom Tel. +44 1616084137, Email: procurement@manchesterfire.gov.uk, URL: www.manchesterfire.gov.uk Attn: Anthony Hilton Electronic Access URL: https://www.supply4nwfire.org.uk Electronic Submission URL: https://www.supply4nwfire.org.uk Further information can be obtained at: As Above Specifications and additional documents: As Above Tenders or requests to participate must be sent to: As Above I.2)Type of the contracting authority: Regional or local authority I.3) Main activity: General Public Services I.4) Contract award on behalf of other contracting authorities: The contracting authority is purchasing on behalf of other contracting authorities: No Section II: Object Of The Contract: SERVICES II.1)Description II.1.1)Title attributed to the contract by the contracting authority: The Conversion of Six Chassis in to Community Response Vehicles II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES Service Category: 27 Region Codes: UKD3 - Greater Manchester II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract II.1.5)Short description of the contract or purchase: Motor vehicle conversion services. Greater Manchester Fire and Rescue Service (GMFRS) is the second largest fire service in the country covering an area of approximately 496 square miles, with a population of over 2.5 million people. Within this area we currently have 41 fire stations, crewed by way of varying arrangements with approximately 1300 operational personnel. GMFRS Fire Service Headquarters is based at Swinton and is home to a range of support services including finance, corporate communications, property management, fleet management, human resources and information technology. Our primary duties are contained in The Fire and Rescue Services Act 2004. They require the provision, training and equipping of the Service to undertake: Fire fighting Protection of people and property from fire Fire safety promotion Road traffic collision rescues Other emergency responses to civil emergenciesWith this at the forefront, our core purpose is to 'protect and improve the quality of life of the people in Greater Manchester'.In order to meet with this core purpose we have six corporate aims which are overarching to all our plans. These are:- Prevention - Engage with Greater Manchester's communities to inform and educate people in how to reduce the risk of fires and other emergencies and do all we can to prevent crime and disorder. Protection - Influence and regulate the build environment to protect people, property and the environment from harm. Response - Plan and prepare for emergencies that may happen and make a high quality, effective and resilient response to them. Public Value - Managing risk through using resources flexibly, efficiently, effectively, continuously improving our use of public money in ways the public value. People - Work with people with the right skills and attitude to deliver high quality, value for money services in a positive environment for everyone. Principles - Operate in accordance with the law and our values, and ensure that safety, sustainability, partnership and inclusivity run through all that we do.In line with our Prevention and Public Value Corporate Aims, recent discussions with the North West Ambulance Service (NWAS) and Greater Manchester Police (GMP) revealed that these services continue to see an increase in demand making it more difficult for them to focus all of their activities on their highest priority risks. We jointly believe that by building on the fire and rescue services success in reducing demand through prevention work, we can help to reduce the demand on NWAS and GMP whilst also improving the safety of the most vulnerable people in their homes. As a result, Greater Manchester Fire and Rescue Service (GMFRS) in partnership with North West Ambulance Service (NWAS) and Greater Manchester Police (GMP) have worked together to pilot a Community Risk Intervention Team (CRIT) which has aimed to increase safety awareness while also responding to low priority incidents. The initial pilot covered three areas, namely Wigan, Salford and Manchester. The Team attend calls for service on behalf of GMFRS, NWAS and GMP, providing/delivering safety advice to vulnerable community groups to reduce risk across Greater Manchester and to ensure the provision of an effective Prevention Service. They also provide basic lifesaving interventions alongside. While doing this work, if NWAS or GMP requires the CRIT to attend a low priority call on their behalf - for example to someone that has fallen in their home or elsewhere - the CRIT will attend, provide appropriate first-aid and assist the person to remain in their own home without the need to go to an accident and emergency unit. On rare occasions where they attend and their assessment identifies that the person needs to go to hospital, they will pass the call back to NWAS and remain with them until an ambulance arrives. From 7pm to 7am the CRIT will provide a response on an on call basis to requests for assistance from NWAS and GMP. Whenever the CRIT respond they will also provide a preventative risk reduction service, where appropriate, as part of their response.The work of the CRIT teams has been undertaken alongside the work carried out by firefighters. Our future fire fighting project has transformed our approach to fire fighting. We now have ultra high pressure capability installed on forty five of our first pumps and we have recently upgraded our hose reel tubing, hose reel branches and hose reel drums. We have recently moved from a 19mm hose reel to a 22 mm hose reel. The future fire fighting project has aimed to improve fire fighter safety and to improve our fire fighting techniques.Since September 2015, our fire fighters, in conjunction with NWAS, have also been attending cardiac arrests.Our vision is to have a hybrid Community Response Vehicle that has the ability to provide both the fire fighting capability and the casualty care, bringing together the roles currently provided by both the CRIT teams and our fire fighters. The vehicle will be manned by a minimum of two and a maximum of four fire fighters and will be required to be in operation and in service from April 2016.In order to meet an April 2016 start date, GMFRS has placed an order via the Crown Commercial Services Framework RM1070 to purchase six Mercedes Sprinter 519 CDI Panel vans, model 519 KA 4x4. The chassis are scheduled for completion and delivery to the successful tenderer in January 2016. The conversion of the chassis will then need to commence January 2016 to allow for delivery of the converted vehicles to GMFRS by April 2016. The successful tenderer will be required to liaise with the chassis provider to arrange delivery.The Community Response Vehicles form part of the ongoing transformation of service delivery in line with the Devo Manc agenda which will see the devolution of powers and responsibilties handed from Central Governement to the Greater Manchester Combined Authority (GMCA), which is made up of the ten Greater Manchester Authorities. Whilst the initial requirement is for the conversion of six vehicles, additional vehicles may be required throughout the duration of the contract period. II.1.6)Common Procurement Vocabulary: 50117100 - Motor vehicle conversion services. II.1.7) Information about Government Procurement Agreement (GPA): The contract is covered by the Government Procurement Agreement (GPA): No II.1.8)Lots: This contract is divided into lots: No II.1.9)Information about variants: Variants will be accepted: No II.2)Quantity Or Scope Of The Contract II.2.1)Total quantity or scope: Greater Manchester Fire and Rescue Service (GMFRS) is the second largest fire service in the country covering an area of approximately 496 square miles, with a population of over 2.5 million people. Within this area we currently have 41 fire stations, crewed by way of varying arrangements with approximately 1300 operational personnel. GMFRS Fire Service Headquarters is based at Swinton and is home to a range of support services including finance, corporate communications, property management, fleet management, human resources and information technology. Our primary duties are contained in The Fire and Rescue Services Act 2004. They require the provision, training and equipping of the Service to undertake: Fire fighting Protection of people and property from fire Fire safety promotion Road traffic collision rescues Other emergency responses to civil emergenciesWith this at the forefront, our core purpose is to 'protect and improve the quality of life of the people in Greater Manchester'.In order to meet with this core purpose we have six corporate aims which are overarching to all our plans. These are:- Prevention - Engage with Greater Manchester's communities to inform and educate people in how to reduce the risk of fires and other emergencies and do all we can to prevent crime and disorder. Protection - Influence and regulate the build environment to protect people, property and the environment from harm. Response - Plan and prepare for emergencies that may happen and make a high quality, effective and resilient response to them. Public Value - Managing risk through using resources flexibly, efficiently, effectively, continuously improving our use of public money in ways the public value. People - Work with people with the right skills and attitude to deliver high quality, value for money services in a positive environment for everyone. Principles - Operate in accordance with the law and our values, and ensure that safety, sustainability, partnership and inclusivity run through all that we do.In line with our Prevention and Public Value Corporate Aims, recent discussions with the North West Ambulance Service (NWAS) and Greater Manchester Police (GMP) revealed that these services continue to see an increase in demand making it more difficult for them to focus all of their activities on their highest priority risks. We jointly believe that by building on the fire and rescue services success in reducing demand through prevention work, we can help to reduce the demand on NWAS and GMP whilst also improving the safety of the most vulnerable people in their homes. As a result, Greater Manchester Fire and Rescue Service (GMFRS) in partnership with North West Ambulance Service (NWAS) and Greater Manchester Police (GMP) have worked together to pilot a Community Risk Intervention Team (CRIT) which has aimed to increase safety awareness while also responding to low priority incidents. The initial pilot covered three areas, namely Wigan, Salford and Manchester. The Team attend calls for service on behalf of GMFRS, NWAS and GMP, providing/delivering safety advice to vulnerable community groups to reduce risk across Greater Manchester and to ensure the provision of an effective Prevention Service. They also provide basic lifesaving interventions alongside. While doing this work, if NWAS or GMP requires the CRIT to attend a low priority call on their behalf - for example to someone that has fallen in their home or elsewhere - the CRIT will attend, provide appropriate first-aid and assist the person to remain in their own home without the need to go to an accident and emergency unit. On rare occasions where they attend and their assessment identifies that the person needs to go to hospital, they will pass the call back to NWAS and remain with them until an ambulance arrives. From 7pm to 7am the CRIT will provide a response on an on call basis to requests for assistance from NWAS and GMP. Whenever the CRIT respond they will also provide a preventative risk reduction service, where appropriate, as part of their response.The work of the CRIT teams has been undertaken alongside the work carried out by firefighters. Our future fire fighting project has transformed our approach to fire fighting. We now have ultra high pressure capability installed on forty five of our first pumps and we have recently upgraded our hose reel tubing, hose reel branches and hose reel drums. We have recently moved from a 19mm hose reel to a 22 mm hose reel. The future fire fighting project has aimed to improve fire fighter safety and to improve our fire fighting techniques.Since September 2015, our fire fighters, in conjunction with NWAS, have also been attending cardiac arrests.Our vision is to have a hybrid Community Response Vehicle that has the ability to provide both the fire fighting capability and the casualty care, bringing together the roles currently provided by both the CRIT teams and our fire fighters. The vehicle will be manned by a minimum of two and a maximum of four fire fighters and will be required to be in operation and in service from April 2016.In order to meet an April 2016 start date, GMFRS has placed an order via the Crown Commercial Services Framework RM1070 to purchase six Mercedes Sprinter 519 CDI Panel vans, model 519 KA 4x4. The chassis are scheduled for completion and delivery to the successful tenderer in January 2016. The conversion of the chassis will then need to commence January 2016 to allow for delivery of the converted vehicles to GMFRS by April 2016. The successful tenderer will be required to liaise with the chassis provider to arrange delivery.The Community Response Vehicles form part of the ongoing transformation of service delivery in line with the Devo Manc agenda which will see the devolution of powers and responsibilties handed from Central Governement to the Greater Manchester Combined Authority (GMCA), which is made up of the ten Greater Manchester Authorities. GMFRS wish to appoint a suitable vehicle bodybuilder/converter to modify six free issue Mercedes Sprinter 519 CDI 4325 mm Wheelbase, Extra Long High Roof four wheel drive Panel Vans. The contract is to convert these vans in to Community Response Vehicles that will be fitted with both separate fire fighting and casualty care compartments and equipment to the specification contained within the tender documentation. The centre section of the vehicle will be utilised as the fire fighting compartment and will be designed and built to accommodate a range of fire fighting equipment including an Ultra High Power Cold Cut type water pump, hose and lance as well as a range of operational equipment.The remaining rear section of the vehicle will be utilised as a casualty care compartment that will be designed and built to enable medical care to be provided to members of the public following incidents that GMFRS have attended. Therefore this compartment must be compliant to CEN1789 Type B Specification.The vans will be delivered directly to the successful bodybuilder by Mercedes-Benz UK. Following completion of the conversion work the successful tenderer will be responsible for the free delivery of the completed vehicles to the supplying Mercedes-Benz dealership at the address below for pre delivery inspection and first registration.Dealership Address:Ciceley Commercial LtdCiceley Truck and Van CentreWeston StreetBoltonBL32BZWhilst the initial requirement is for the conversion of six vehicles, additional vehicles may be required throughout the duration of the contract period. Estimated value excluding VAT: Range between: 600,000 and 3,000,000 Currency: GBP II.2.2)Options: Yes If yes, description of these options: Our existing equipment fitted to existing GMFRS fire fighting appliances is the Cobra Cold Cut Ultra-High Pressure system. GMFRS expects potential suppliers to provide a compatible UHP system that operates with, interfaces and connects to our existing systems.The UHPS required for the vehicles within this contract;Must be capable of delivering a minimum of 28 litres of water per minute @ 330 psiMust be able to operate with both a high pressure lance and an interchangeable multi-purpose nozzle.Must connect to and interface with our current UHP capability and fire fighting equipment.Must be able to be used as a general fire fighting tool.Must not rely on wireless communication for operation.Our current view is that an auxiliary engine driven UHPS would meet our operational requirements. However, GMFRS is willing to consider a driveline power take off system (PTO), e.g. Winton W150 DL PTO or equivalent, subject to it meeting the specification requirements detailed above.Exact details and associated costs for any system offered must be provided for consideration. II.2.3)Information about renewals: This contract is subject to renewal: Not Provided II.3)Duration Of The Contract Or Time-Limit For Completion Duration in months: 60 (from the award of the contract) Information About Lots Section III: Legal, Economic, Financial And Technical Information III.1)Conditions relating to the contract III.1.1)Deposits and guarantees required: As detailed in the tender documentation. III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As detailed in the tender documentation. III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: As detailed in the tender documentation. III.1.4)Other particular conditions: The performance of the contract is subject to particular conditions:Yes If Yes, description of particular conditions: In submitting a tender response, tenderers must confirm that they have a vehicle capable of demonstration as part of the evaluation process, that is fit for operational use and provides the dual capability to respond to a fire fighting incident in one compartment and also to deal with a casualty/medical emergency in a separate compartment. This must be available to view in December 2015. This is a pass/fail requirement. III.2)Conditions For Participation III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender. A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority. III.2.2)Economic and financial capacity Economic and financial capacity - means of proof required: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance; (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available. Minimum Level(s) of standards possibly required: In submitting a tender response, tenderers must confirm that they have a vehicle capable of demonstration as part of the evaluation process, that is fit for operational use and provides the dual capability to respond to a fire fighting incident in one compartment and also to deal with a casualty/medical emergency in a separate compartment. This must be available to view in December 2015. This is a pass/fail requirement. III.2.3)Technical capacity Technical capacity - means of proof required (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct; (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator; (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities; (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate; (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract; (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract; (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards. Information and formalities necessary for evaluating if requirements are met: (1) The supplier must supply a list comprising a statement of all the relevant principal goods sold and/or services provided in the previous 3 years.(2) The supplier must also provide:(a) Certificates in the form attached or hyperlink from those to whom goods and/or services on the list were provided; or(b) if any such Certificate cannot be obtained, a Certificate in the same form from the entity that provided the goods and/or services; together with an explanation of the steps taken to obtain a Certificate from the customer and the reason why a Certificate from the customer is not available.If any Certificate does not state that the goods and/or services have been provided satisfactorily in accordance with the terms of the contract in question, information to show that the reason why the contract was not performed satisfactorily will not recur in the performance of the contract to be awarded.Where the supplier proposes to rely on other entities (including sub-contractors or consortium members) to perform the contract, the supplier must describe the function that each such other entity will perform under the contract and provide the information required in relation to each entity. Minimum Level(s) of standards possibly required: In submitting a tender response, tenderers must confirm that they have a vehicle capable of demonstration as part of the evaluation process, that is fit for operational use and provides the dual capability to respond to a fire fighting incident in one compartment and also to deal with a casualty/medical emergency in a separate compartment. This must be available to view in December 2015. This is a pass/fail requirement.All equipment provided, including an Ultra High Pressure System (UHPS) must interface, operate, be compatible with and connect to our existing fire fighting equipment.Any supplier must meet the selection criterion in relation to reliability based on performance of past contracts namely, GMFRA is satisfied that the contracts on the list to be provided by the supplier have been satisfactorily performed in accordance with their terms or, where that has not occurred, the reason or reasons why that has not occurred in relation to any such contract, will not recur in the performance of the contract to be awarded.Where the supplier proposes to rely on other entities (including sub-contractors or consortium members) to perform the contract, then the selection criterion for reliability must be met by each such entity, save as regards contracts or sub-contracts with a value of less than 5% of the total contract value and any sub-contractors not yet appointed.GMFRA will assess whether or not this criterion is satisfied at the selection stage and will re-assess it is satisfied prior to contract award and/or the conclusion of the contract. III.2.4)Information about reserved contracts: Not Provided III.3)Conditions Specific To Service Contracts III.3.1)Information about a particular profession: Execution of the service is reserved to a particular profession: Not Provided III.3.2)Staff responsible for the execution of the service: Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not ProvidedSection IV: Procedure IV.1)Type Of Procedure IV.1.1)Type of procedure: Open IV.2)Award Criteria IV.2.1)Award criteria: The most economically advantageous tender in terms of The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2)Information about electronic auction: An electronic auction will be used: No IV.3)Administrative Information IV.3.1)File reference number attributed by the contracting authority: GMFRS 0063 IV.3.2)Previous publication(s) concerning the same contract: No IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document: Date: 03/12/2015 Time-limit for receipt of requests for documents or for accessing documents: 11:00 Payable documents: No IV.3.4)Time-limit for receipt of tenders or requests to participate Date: 03/12/2015 Time: 12:00 IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English IV.3.7)Minimum time frame during which the tenderer must maintain the tender Duration in month(s): 6 IV.3.8)Conditions for opening tenders Date: 03/12/2015 Time: 14:30Section VI: Complementary Information VI.1)This Is A Recurrent Procurement: Not Provided VI.2)Information about European Union funds: The contract is related to a project and/or programme financed by European Union funds: No VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.supply4nwfire.org.uk/tenders/UK-UK-Swinton:-Motor-vehicle-conversion-services./4X32E8465ZTo respond to this opportunity, please click here: https://www.supply4nwfire.org.uk/respond/4X32E8465Z GO-2015113-PRO-7275418 TKR-2015113-PRO-7275417 VI.4)Procedures For Appeal VI.4.1)Body responsible for appeal procedures: Not Provided VI.4.2)Lodging of appeals: Not Provided VI.4.3)Service from which information about the lodging of appeals may be obtained: Not Provided VI.5) Date Of Dispatch Of This Notice: 03/11/2015 ANNEX A
167759061
03/12/2015
29/10/2015
Merseyside Fire and Rescue Service
GB-Liverpool: Provision of Physiotherapy Services
2015-10-29
Competitive Contract Award NoticeAssociated Parent Notice CompetitiveContractNotice - GB-Liverpool: Provision of Physiotherapy Services1. Title: GB-Liverpool: Provision of Physiotherapy Services2. Awarding Authority: Merseyside Fire and Rescue Authority Fire Service Headquarters, Bridle Road, Bootle, L30 4YD, United Kingdom Tel. +441512964506, Email: stewartmartin@merseyfire.gov.uk, URL: www.merseyfire.gov.uk Contact: Procurement Department, Attn: Stewart Martin 3. Contract Type: Services Sub Type: Health and social services.4. Description: Physiotherapy services. Provision of Physiotherapy Services5. CPV Codes: 85142100 - Physiotherapy services. 6. NUTS Codes : UKD5 - Merseyside7. Main Site or Location of Works, Main Place of Delivery or Main Place of Performance: Merseyside,8. Reference Attributed by the Awarding Authority: T/08/159. Awarded to: Physio.co.uk 3-5 St John Street, Manchester, M3 4DN, United Kingdom Tel. 03300887800, Email: john@physio.co.uk, URL: www.merseyfire.gov.uk Attn: John BowdenValue Cost: 17,000Is Awardee likely to subcontract?: No Awarded to SME?: Yes Joints & Points Healthcare Ltd 1 The Rake, Brombrorough, CH62 7AE, United Kingdom Tel. 0344 4154895, Email: adrian.mercer@jointsandpoints.co.uk, URL: www.merseyfire.gov.uk Attn: Adrian MercerValue Cost: 26,000Is Awardee likely to subcontract?: No Awarded to SME?: Yes The Physiotherapy Centre (Liverpool) Ltd 65 Booker Avenue, Mossley Hill, Liverpool, L18 4QZ, United Kingdom Tel. 0151 724 2060, Email: info@thephysiotherapycentre.com, URL: www.merseyfire.gov.uk Attn: Sarah NorrisValue Cost: 8,500Is Awardee likely to subcontract?: No Awarded to SME?: Yes Fairfield Physiotherapy Fairfield Independent Hospital, Crank Road, St Helens, WA11 7RS, United Kingdom Tel. 01744 746432, Email: p.marsh@fairfield.org.uk, URL: www.merseyfire.gov.uk Attn: Paul MarshValue Cost: 17,000Is Awardee likely to subcontract?: No Awarded to SME?: No 10. Date of Contract Award: 20/10/201511. Number of Tenders Received: 1212. Other Information:Other Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.To view this notice, please click here: https://www.supply4nwfire.org.uk/delta/viewNotice.html?noticeId=169548035 TKR-20151029-PRO-7256898Suitable for VCO: YesProcedure Type:OPENPeriod of Work Start date: 01/12/2015Period of Work End date: 30/09/2018Award Criteria:
169548035
27/10/2015
Merseyside Fire and Rescue Service
GB-Liverpool: Supply of Microsoft SharePoint System Support & Consultancy Services
2015-10-27
Competitive Contract Award NoticeAssociated Parent Notice CompetitiveContractNotice - GB-Liverpool: Supply of Microsoft SharePoint System Support & Consultancy Services1. Title: GB-Liverpool: Supply of Microsoft SharePoint System Support & Consultancy Services2. Awarding Authority: Merseyside Fire & Rescue Authority Headquarters, Bridle Road, Bootle, Liverpool, L30 4YD, United Kingdom Tel. 0151 296 4510, Email: lindseysavage@merseyfire.gov.uk, URL: www.merseyfire.gov.uk Contact: Lindsey Savage, Attn: Lindsey Savage 3. Contract Type: Services Sub Type: Computer and related services.4. Description: Computer support and consultancy services. Supply of Microsoft SharePoint System Support & Consultancy Services5. CPV Codes: 72600000 - Computer support and consultancy services. 6. NUTS Codes : UKD52 - Liverpool7. Main Site or Location of Works, Main Place of Delivery or Main Place of Performance: Liverpool,8. Reference Attributed by the Awarding Authority: T/09/159. Awarded to: Silversands Limited 3 5 Albany Park, Cabot Lane, Poole, BH17 7BX, United Kingdom Tel. 01202 360482, Email: Peter.Mercieca@silversands.co.uk, URL: www.merseyfire.gov.uk Contact: Peter Mercieca, Attn: Peter MerciecaValue Cost: 66,220Is Awardee likely to subcontract?: No Awarded to SME?: Yes 10. Date of Contract Award: 23/10/201511. Number of Tenders Received: 612. Other Information:Other Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.To view this notice, please click here: https://www.supply4nwfire.org.uk/delta/viewNotice.html?noticeId=169032347 TKR-20151027-PRO-7247000Suitable for VCO: NoProcedure Type:OPENPeriod of Work Start date: 09/11/2015Period of Work End date: 08/11/2018Award Criteria:
169032347
2015-11-19
20/10/2015
Greater Manchester Fire and Rescue Service
73300000 - Design and execution of research and development.
Not Provided
UK-Manchester: Design and execution of research and development.
2015-10-20
UK-Manchester: Design and execution of research and development.Section I: Contracting Authority I.1)Name, Addresses and Contact Point(s): Greater Manchester Fire and Rescue Authority 146 Bolton Road, Swinton, Manchester, M27 8US, United Kingdom Tel. +44 1616084137, Email: procurement@manchesterfire.gov.uk, URL: www.manchesterfire.gov.uk Attn: Tina Tyas Electronic Access URL: https://www.supply4nwfire.org.uk/ Electronic Submission URL: https://www.supply4nwfire.org.uk/ Further information can be obtained at: As Above Specifications and additional documents: As Above Tenders or requests to participate must be sent to: As Above I.2)Type of the contracting authority: Other: Fire and Rescue Authority I.3) Main activity: General Public Services I.4) Contract award on behalf of other contracting authorities: The contracting authority is purchasing on behalf of other contracting authorities: No Section II: Object Of The Contract: SERVICES II.1)Description II.1.1)Title attributed to the contract by the contracting authority: Research, Development and Supply Partner to monitor, interpret and display Firefighter physiology in real time within an operational environment II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES Service Category: 8 Region Codes: UKD3 - Greater Manchester II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract II.1.5)Short description of the contract or purchase: Design and execution of research and development. The ProjectGMFRS envisages that this project will be delivered by one supplier and will be broken down in to two distinct phases, with phase two only being entered in to when GMFRS are satisfied that there is sufficient reason to progress and that all work and outputs from phase one have been exhausted and there is a business case to progress the project.Aims1.Using existing technology to gather physiological data from a broad range of GMFRS research participants, including, heart rate and core body temperature. Resultant data will identify parameters that, in part, will inform the development of a pragmatic, reliable physical application, in the form of a non-intrusive monitoring device. 2.Resultant device must be able to relay captured data and reliably send to a monitoring position remote from the firefighter. This real time data, must then be displayed on an easy to interpret visual device.3.For GMFRS to have viable options for real time remote monitoring of firefighters physiological parameters of core body temperature and heart rate, via non-intrusive, personal issue apparatus. Developed system must provide a visual and audible warning when physiological tolerance limits are about to be exceeded.4.As well as the ability to send live data to a remote location the monitoring device must be able to display the data on a smaller device, such that a firefighter can carry with them. This device, whilst visualising the physiological data must also provide an audible warning when tolerance limits are about to be exceeded. Both proximate and remote devices must provide warnings, visual and audible, with a reasonable level of tolerance built in to enable firefighters to exit the risk area. 5.To use the research findings to inform standard operating procedures and further developments, in line with The Future of Fire Fighting development goal.Academic rigourIn order for the research and development to stand up to scrutiny, GMFRS will be utilising the services of Salford University to assist in this project. It is therefore essential that the successful Research and Development Partner is willing to engage with both GMFRS and Salford University throughout the course of the project. Salford University will act as a critical friend to GMFRS, in particular, in phase 1 initial research element of the project. They will utilise their academic expertise in human physiology to test and validate data, scrutinise and challenge testing procedures that are undertaken and apply their academic rigour to each element as required.Product Requirements 1.Monitoring device must be able to measure the physiological parameters of core body temperature as close to the ambulatory gold standard of a rectal probe as possible, and heart rate as close to the gold standard of an electrocardiogram as possible.2.Monitoring device and proximate interpretation system must be able to withstand temperatures expected within a compartment fire situation and continue to operate within expected limits. 3.Data transfer method from the monitoring device to the remote interpretation system must be reliable and resilient to a degree that would function within an operational environment that could be reasonably foreseen.4.Visualisation of gathered data must be easily interpreted by the end user in order for operational decisions to be made.5.Audibility of both systems must be at a level that it is easily heard within an operational environment but not exceed recognised safe working limits without ear defenders.6.Product(s) and/or technology must not, in any way, interfere or inhibit the use or operability of existing operational equipment, including but not limited to, radios and breathing apparatus telemetry.Project Phases The phases can be summarised as follows;Phase 1 - Initial research and prototype development. Development of potential technology and/or product, based on outputs of initial research, to accurately measure, monitor and transfer a range of physiological data, including core body temperature in a non intrusive manner. Product will include a monitoring device to enable the firefighter to monitor their own data as well as having the ability to send data from firefighters operating in a real time firefighting environment to a remote monitoring position away from the firefighting environment. Phase 2 Further development, manufacture and supply of technology and/or product(s) The supplied technology / product(s) must, where possible, meet all the requirements detailed in this section. It is recognised however, that evidence gathered following phase 1 of the project may refine the specification. All changes must, ultimately, satisfy the aims and objectives of the project and will be made by agreement with all research partners.Phase 1 Research Objectives1.To examine the relationship between ambient compartmental fire temperatures and firefighter physiological responses when wearing full personal protective equipment, including full firefighting ensemble and breathing apparatus. 2.To define safe exposure limit range for individuals utilising the physiological parameters of core body temperature and heart rate as determining factors.3.To test, using a cross section of serving firefighters, currently available technology that will allow for real time remote monitoring of a firefighters physiological parameters within a compartment fire situation wearing full personal protective equipment, including full firefighting ensemble and breathing apparatus.4.To identify and / or develop a non-intrusive physiological monitoring device capable of operating within the environment expected of a compartment fire.5.To identify and / or develop a reliable methodology of interpreting and relaying data to a remote local.6.To identify and / or develop a proximate monitoring device that will be used by the firefighter within the operational arena in order to monitor their individual physiology and safe exposure limit. Phase 2 Further development, manufacture and supply of technology and/or product(s)Upon the successful development of an appropriate product/device/ technology as outlined above, the Research and Development Partner, will have the ability either directly, or via a third party, to manufacture and supply the resultant product to GMFRS as part of this project.At the outset of this project, the costs of any devices that may be developed at some point in the future are difficult to determine. However, given the budget that GMFRS has allocated to the initial phase of this project, along with the possibility of future development and unit cost, this tender has been advertised via the Official Journal of the European Union (OJEU).Whilst GMFRS would be the initial user of any product/device that may be developed upon the successful conclusion of the stages outlined above, the contract would be open, by agreement, for use by all other UK and International Fire and Rescue Services.Upon appointment and prior to the commencement of the research phase, GMFRS and the Research and Development Partners, including Salford University, will discuss and agree the added value and commercial parameters, including intellectual property rights, discounts, future rebates based on sales, that will be available to GMFRS and Salford University should any product/device/solution be developed which meets the requirements, aims and objectives of the project. II.1.6)Common Procurement Vocabulary: 73300000 - Design and execution of research and development. II.1.7) Information about Government Procurement Agreement (GPA): The contract is covered by the Government Procurement Agreement (GPA): No II.1.8)Lots: This contract is divided into lots: No II.1.9)Information about variants: Variants will be accepted: No II.2)Quantity Or Scope Of The Contract II.2.1)Total quantity or scope: Phase 1 - Initial research and prototype development. Development of potential technology and/or product, based on outputs of initial research, to accurately measure, monitor and transfer a range of physiological data, including core body temperature in a non intrusive manner. Product will include a monitoring device to enable the firefighter to monitor their own data as well as having the ability to send data from firefighters operating in a real time firefighting environment to a remote monitoring position away from the firefighting environment. Phase 2 Further development, manufacture and supply of technology and/or product(s) The supplied technology / product(s) must, where possible, meet all the requirements detailed in this section. It is recognised however, that evidence gathered following phase 1 of the project may refine the specification. All changes must, ultimately, satisfy the aims and objectives of the project and will be made by agreement with all research partners. II.2.2)Options: Not Provided II.2.3)Information about renewals: This contract is subject to renewal: Not Provided II.3)Duration Of The Contract Or Time-Limit For Completion Not Provided Information About Lots Section III: Legal, Economic, Financial And Technical Information III.1)Conditions relating to the contract III.1.1)Deposits and guarantees required: Not Provided III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Not Provided III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Not Provided III.1.4)Other particular conditions: The performance of the contract is subject to particular conditions: Not Provided III.2)Conditions For Participation III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender. A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority. III.2.2)Economic and financial capacity Economic and financial capacity - means of proof required: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance; (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available. III.2.3)Technical capacity Technical capacity - means of proof required (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct; (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator; (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities; (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate; (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract; (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years; (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract; (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract; (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards. Information and formalities necessary for evaluating if requirements are met: (1) The supplier must supply a list comprising a statement of all the [relevant]1 principal goods sold and/or services provided in the previous 3 years.(2) The supplier must also provide:(a) Certificates in the form attached [or hyperlink] from those to whom goods and/or services on the list were provided; or(b) if any such Certificate cannot be obtained, a Certificate in the same form from the entity that provided the goods and/or services; together with an explanation of the steps taken to obtain a Certificate from the customer and the reason why a Certificate from the customer is not available.If any Certificate does not state that the goods and/or services have been provided satisfactorily in accordance with the terms of the contract in question, information to show that the reason why the contract was not performed satisfactorily will not recur in the performance of the contract [framework agreement] to be awarded.Where the supplier proposes to rely on other entities (including sub-contractors or consortium members) to perform the contract, the supplier must describe the function that each such other entity will perform under the contract [framework agreement], and provide the information required in relation to each entity. III.2.4)Information about reserved contracts: Not Provided III.3)Conditions Specific To Service Contracts III.3.1)Information about a particular profession: Execution of the service is reserved to a particular profession: Not Provided III.3.2)Staff responsible for the execution of the service: Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes Section IV: Procedure IV.1)Type Of Procedure IV.1.1)Type of procedure: Open IV.2)Award Criteria IV.2.1)Award criteria: The most economically advantageous tender in terms of The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2)Information about electronic auction: An electronic auction will be used: No IV.3)Administrative Information IV.3.1)File reference number attributed by the contracting authority: GMFRS 0056 IV.3.2)Previous publication(s) concerning the same contract: No IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document: Date: 19/11/2015 Time-limit for receipt of requests for documents or for accessing documents: 11:59 Payable documents: No IV.3.4)Time-limit for receipt of tenders or requests to participate Date: 19/11/2015 Time: 12:00 IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English IV.3.7)Minimum time frame during which the tenderer must maintain the tender Duration in month(s): 6 IV.3.8)Conditions for opening tenders Date: 19/11/2015 Time: 12:00 Place: M27 8USSection VI: Complementary Information VI.1)This Is A Recurrent Procurement: No VI.2)Information about European Union funds: The contract is related to a project and/or programme financed by European Union funds: No VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.supply4nwfire.org.uk/tenders/UK-UK-Manchester:-Design-and-execution-of-research-and-development./5SGDF3QKZNTo respond to this opportunity, please click here: https://www.supply4nwfire.org.uk/respond/5SGDF3QKZN GO-20151020-PRO-7215244 TKR-20151020-PRO-7215243 VI.4)Procedures For Appeal VI.4.1)Body responsible for appeal procedures: Not Provided VI.4.2)Lodging of appeals: Not Provided VI.4.3)Service from which information about the lodging of appeals may be obtained: Not Provided VI.5) Date Of Dispatch Of This Notice: 20/10/2015 ANNEX A
166452772
19/11/2015
2015-11-09
07/10/2015
Cheshire Fire & Rescue Service
90910000 - Cleaning services.
Duration in months: 60 (from the award of the contract)
UK-Winsford: Cleaning services.
2015-10-07
UK-Winsford: Cleaning services.Section I: Contracting Authority I.1)Name, Addresses and Contact Point(s): Cheshire Fire Authority Sadler Road, Winsford, CW7 2FQ, United Kingdom Tel. +44 1606868700, Email: tim.broughton@cheshirefire.gov.uk Contact: Tim Broughton Electronic Access URL: supply4nwfire.org.uk Further information can be obtained at: As Above Specifications and additional documents: As Above Tenders or requests to participate must be sent to: As Above I.2)Type of the contracting authority: Regional or local authority I.3) Main activity: Public Order and Safety I.4) Contract award on behalf of other contracting authorities: The contracting authority is purchasing on behalf of other contracting authorities: No Section II: Object Of The Contract: SERVICES II.1)Description II.1.1)Title attributed to the contract by the contracting authority: Cleaning Services II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES Service Category: 14 Region Codes: UKD2 - Cheshire II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract II.1.5)Short description of the contract or purchase: Cleaning services. Cleaning Services II.1.6)Common Procurement Vocabulary: 90910000 - Cleaning services. II.1.7) Information about Government Procurement Agreement (GPA): The contract is covered by the Government Procurement Agreement (GPA): No II.1.8)Lots: This contract is divided into lots: No II.1.9)Information about variants: Variants will be accepted: No II.2)Quantity Or Scope Of The Contract II.2.1)Total quantity or scope: Not Provided II.2.2)Options: Not Provided II.2.3)Information about renewals: This contract is subject to renewal: No II.3)Duration Of The Contract Or Time-Limit For Completion Duration in months: 60 (from the award of the contract) Information About Lots Section III: Legal, Economic, Financial And Technical Information III.1)Conditions relating to the contract III.1.1)Deposits and guarantees required: Not Provided III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Not Provided III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Not Provided III.1.4)Other particular conditions: The performance of the contract is subject to particular conditions: No III.2)Conditions For Participation III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender. A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority. III.2.2)Economic and financial capacity Economic and financial capacity - means of proof required: Not Provided III.2.3)Technical capacity Technical capacity - means of proof required Not Provided III.2.4)Information about reserved contracts: Not Provided III.3)Conditions Specific To Service Contracts III.3.1)Information about a particular profession: Execution of the service is reserved to a particular profession: No III.3.2)Staff responsible for the execution of the service: Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No Section IV: Procedure IV.1)Type Of Procedure IV.1.1)Type of procedure: Restricted IV.1.2)Limitations on the number of operators who will be invited to tender or to participate: Envisaged number of operators: 5 IV.2)Award Criteria IV.2.1)Award criteria: The most economically advantageous tender in terms of The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2)Information about electronic auction: An electronic auction will be used: No IV.3)Administrative Information IV.3.1)File reference number attributed by the contracting authority: 401 IV.3.2)Previous publication(s) concerning the same contract: No IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document: Date: 06/11/2015 Time-limit for receipt of requests for documents or for accessing documents: 12:00 Payable documents: No IV.3.4)Time-limit for receipt of tenders or requests to participate Date: 09/11/2015 Time: 12:00 IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 26/11/2015 IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English Section VI: Complementary Information VI.1)This Is A Recurrent Procurement: No VI.2)Information about European Union funds: The contract is related to a project and/or programme financed by European Union funds: Not Provided VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.supply4nwfire.org.uk/tenders/UK-UK-Winsford:-Cleaning-services./43P2277324To respond to this opportunity, please click here: https://www.supply4nwfire.org.uk/respond/43P2277324 GO-2015107-PRO-7162819 TKR-2015107-PRO-7162818 VI.4)Procedures For Appeal VI.4.1)Body responsible for appeal procedures: Not Provided VI.4.2)Lodging of appeals: Not Provided VI.4.3)Service from which information about the lodging of appeals may be obtained: Not Provided VI.5) Date Of Dispatch Of This Notice: 07/10/2015 ANNEX A
148121020
09/11/2015
2015-09-18
21/08/2015
Merseyside Fire & Rescue Authority
UKD52 - Liverpool
72600000 - Computer support and consultancy services.
ServicesSub Type: Computer and related services.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.supply4nwfire.org.uk/tenders/UK-GB-Liverpool:-Supply-of-Microsoft-SharePoint-System-Support-%26-Consultancy-Services/39WCR688KSTo respond to this opportunity, please click here: https://www.supply4nwfire.org.uk/respond/39WCR688KS TKR-2015821-PRO-6962837Suitable for VCO: NoProcedure Type:OPENPeriod of Work Start date: 01/10/2015Period of Work End date: 30/09/2018Is this a Framework Agreement?: no
GB-Liverpool: Supply of Microsoft SharePoint System Support & Consultancy Services
URL: www.Supply4NWFire.org.uk
Liverpool,
2015-08-21
Computer support and consultancy services. Supply of Microsoft SharePoint System Support & Consultancy Services
T/09/15
156478093
Category I: 50K to 100KCurrency: GBP
18/09/2015 16:00:00
2015-08-21
22/07/2015
Merseyside Fire and Rescue Authority
UKD5 - Merseyside
85142100 - Physiotherapy services.
ServicesSub Type: Health and social services.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.supply4nwfire.org.uk/tenders/UK-GB-Liverpool:-Provision-of-Physiotherapy-Services/4B72WM53BWTo respond to this opportunity, please click here: https://www.supply4nwfire.org.uk/respond/4B72WM53BW TKR-2015722-PRO-6827197Suitable for VCO: YesProcedure Type:OPENPeriod of Work Start date: 21/09/2015Period of Work End date: 20/07/2018Is this a Framework Agreement?: yes
GB-Liverpool: Provision of Physiotherapy Services
Merseyside Fire and Rescue AuthorityFire Service Headquarters, Bridle Road, Bootle, L30 4YD, United KingdomTel. +441512964506, Email: stewartmartin@merseyfire.gov.uk, URL: www.merseyfire.gov.ukContact: Procurement Department, Attn: Stewart Martin
Merseyside,
2015-07-22
Physiotherapy services. Provision of Physiotherapy Services
T/08/15
152869415
Category I: 50K to 100KCurrency: GBP
21/08/2015 16:00:00

Statistics

Average successful run time: 2 minutes

Total run time: 9 minutes

Total cpu time used: half a minute

Total disk space used: 498 KB

History

  • Manually ran revision c71cad75 and completed successfully .
    81 records added in the database
    196 pages scraped
  • Manually ran revision c71cad75 and completed successfully .
    81 records added, 81 records removed in the database
    195 pages scraped
  • Manually ran revision 4105a5b9 and completed successfully .
    81 records added, 81 records removed in the database
    195 pages scraped
  • Manually ran revision a7b01b81 and completed successfully .
    81 records added in the database
    195 pages scraped
  • Created on morph.io