Design Tenders
ENVIRONMENTAL PROTECTION AGENCY USA Tender
United States
Closing Date1 Aug 2025
Tender AmountUSD 26 Million This is an estimated amount, exact amount may vary.
Details: United States Environmental Protection Agencycincinnati, Oh 45268 Pre Solicitation Noticesol 68herc23r0158“operations And Technical Support Services For Epa-cincinnati Test And Evaluation (t&e) Facility, Milford Experimental Stream Facility (esf) And Other Cincinnati Satellite Facilities”the Solicitation 68herc23r0158 Will Be Available For Downloading At Fedconnect® Located At The Following Internet Address: Www.fedconnect.net/. Questions Relating To The Solicitation Are Required To Be Submitted Electronically Through Fedconnect®. Only Those Questions Posted Through Fedconnect® Will Be Accepted. All Responses To Questions Will Be Released On Fedconnect®. At This Internet Site You Will Be Able To Register With Fedconnect®, Enabling You To Download The Solicitation Once Released, Join The Mailing List, And To Submit Questions. If You Need Technical Assistance In Registering Or For Any Other Fedconnect® Function, Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net.contractor Registration In The Government’s System For Award Management (sam) Is Required In Order To Be Eligible For Contract Award. Registration May Be Completed And Information Regarding The Registration Process May Be Obtained At Http://www.sam.gov. Once Issued, Solicitation Documents Will Be Available Electronically For Download At Https://www.fedconnect.net. Hard Copies Of The Solicitation Package Will Not Be Distributed. Electronic Copies Of Responses Will Be Required And Must Be Submitted Via Fedconnect® (https://www.fedconnect.net). The Environmental Protection Agency (epa), Office Of Research And Development (ord), Research Centers Has A Need For A Contractor To Provide Technical Support To Operate And Conduct Environmental Research, Testing, Evaluation, Development, And Demonstration Verification Studies In Support Of Ord's Mission At Its Various Cincinnati Facilities. While The Epa’s Test And Evaluation (t&e) Facility, Located At 1600 Gest Street, Cincinnati, Ohio, Will Be The Primary Location Supported By The Contractor, Other Cincinnati Area Epa Facilities Will Also Be Supported.research Efforts Can Encompass Bench , Pilot And Field Scale Studies On Innovative Technologies, As Well As Larger Scale Studies When Required To Field Test And Demonstrate Technologies. Contractor Involvement Shall Range From A Minimum Of Project Coordination And Facilitation To Full Design, Implementation, And Operation. Most Of The Actual Testing And Evaluation Will Take Place At The T&e Facility; However, Some Of The Preliminary Preparations And Follow Up Activities, Such As Report Writing, And Data Analysis May Take Place In The Contractor’s Office Or Other Remote Location. Occasionally, Testing, Evaluation, Verification And Demonstrations May Also Be Conducted In Field Locations. The Solicitation Shall Contain The Custom Local Provision Disclosure Requirements For Organizational Conflicts Of Interest (epa-l-09-102) Paragraphs (a) And (c) Of The Clause Shall Provide As Follows:(a) The Proposed Contract Requires That The Contractor Provide Laboratory Operations Support Services In The Following Research Areas: Water Monitoring; Contaminant Warning Systems; Water Contamination Detection Research With Various Sensors; Water Infrastructure Decontamination; Water Security Experiments; Drinking Water Treatment; Infrastructure; Source Water Treatment; Watershed Management; Storm Water; Water Quality Monitoring With Bio- Sentinel Urban Water Cycles; Solids Management; Nano-technology; And Hazardous Waste Treatment.each Offeror Shall Specifically Disclose Whether It Is One Of The Following Entities:• entities That Manufacture Or Sell Commercially Available Water-related Treatment Technologies, Processes, Or Equipment. • entities That Manufacture Or Sell Water-related Sensors Or Monitors. • entities That Manufacture Or Sell Package Plant And/or Pou/poe Water Treatment Equipment Or Devices Designed For Small Water Treatment Plants As Defined By The Safe Drinking Water Act.• entities That Manufacture Or Sell Membrane-based Separation Process Technology. • entities That Manufacture Or Sell Water Treatment Devices Or Technology Involving Uv Radiation, Ozone Generation, Or Titanium Dioxide-based Photocatalysis. • entities That Manufacture Or Sell Water-related Biological Response/effect Sensors Or Monitors. • entities That Manufacture Or Sell Biofuel Feedstock Crops (e.g., Corn) Or Ligno-cellulosic Metabolizing Enzymes And The Microbes From Which Such Enzyme Are Derived. • entities That Manufacture Or Sell Endocrine Disrupting Compounds (edcs), Pharmaceuticals, And/or Personal Care Products. • entities That Are Regulated Under Rcra, Cercla, Sdwa Or Tsca.• entities That Are A Potentially Responsible Party (prp) At A Superfund Site.• entities That Are A Chemical Manufacturer, Particularly If Said Chemicals Are Subject To Regulation Under The Laws Of Rcra, Cercla, Sdwa Or Tsca.• entities That Act In A Consulting, Advisory, Or Legal Capacity With, Or For, Firms Trying To Overturn Or Circumvent The Regulations On Waste Water Discharge, Water Quality, Waste Water Treatment, Or Organic-based Biofuel. (c) The Agency Has Determined That Entities Directly Engaged In The Business, Or Which Have A Business Or Financial Relationship With Entities Involved In The Activities Described In Paragraph (a) Above (further Referred To As "these Activities") May Have Significant Potential Organizational Conflict Of Interest In Relation To The Requirements Of This Solicitation. In Addition, A Potential Organizational Conflict Of Interest May Exist With Entities That Provide Consulting And/or Technical Services Related To These Activities.the Solicitation And Resulting Contract Shall Also Contain The Clause, “limitation On Future Contracting.” The Text Of This Clause Will Track With Limitation Of Future Contracting, Alternative V (headquarters Support), Epaar 1552.209-74 (apr 2004), Except For Paragraph (c). Paragraph (c) Of The Clause Shall Read As Follows:paragraph C: “unless Prior Written Approval Is Obtained From The Epa Contracting Officer, The Contractor Agrees Not To Enter Into A Contract With Or To Represent Any Party, Other Than The Epa, Where A Potential Conflict Of Interest (coi) Is Present For Any Requirement Under This Contract. Specifically, The Contractor May Not Enter Into A Business Or Financial Relationship With Any Entities That: (1) Are Regulated Under Cercla, Sdwa, Or Tsca; (2) Manufacture, Sell, Or Import: Commercially Available Water-related Treatment Technologies, Processes, Or Equipment; Water-related Sensors Or Monitors; Package Plant And/or Pou /poe Water Treatment Equipment Or Devices Designed For Small Water Treatment Plants (as Defined By The Sdwa); Membrane-based Separation Process Technology; Water Treatment Devices Or Technology Involving Uv Radiation, Ozone Generation, Or Titanium Dioxide-based Photocatalysis; Water-related Biological Response/effect Sensors Or Monitors; Biofuel Feedstock Crops (e.g., Corn) Or Ligno-cellulosic Metabolizing Enzymes And The Microbes From Which Such Enzymes Are Derived; Endocrine Disrupting Compounds (sdcs), Pharmaceuticals, And/or Personal Care Products; (3) Are A Prp At A Superfund Site Or Have Business Or Financial Relationships With Entities Regulated Under Cercla, Sdwa, Or Tsca; Or (4) Manufacture Chemicals Subject To Regulation Under The Aforementioned Laws. These Restrictions Apply During The Life Of The Contract.”the Government Anticipates Award Of A Indefinite Delivery/indefinite Quantity (id/iq) Contract That Will Allow For The Issuance Of Firm Fixed Price (ffp) And Time And Material (t&m) Type Task Orders Over An Ordering Period Of 7 Years. The Epa Intends To Award A Single Contract With An Ordering Ceiling Of $26 Million. The Anticipated Solicitation Release Is In The Late October Early November Time Frame And The Close Date Shall Be Approximately 45 Days Thereafter. The Solicitation Will Be Issued On A Full And Open Competitive Basis With No Small Business Set-aside(s). A Draft Performance Work Statement (pws) Document Shall Accompany This Pre Solicitation Notice Via Separate Attachment. Be Advised That Changes To Any Or All Documentation Is Possible When The Final Solicitation (sol) Is Released. No Hard Copies Will Be Available. All Responsible Sources May Submit A Proposal For Epa Consideration. The Applicable Naics Code Is 541715 Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology), With A Size Standard Of 1,000 Employees. Contract Award Will Be Made In Accordance With Far Part 15-contracting By Negotiation. The Point Of Contact Is Matthew Growney, Contracting Officer, At Growney.matthew@epa.gov.
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date1 Oct 2025
Tender AmountRefer Documents
Details: Amendment 1 - 8/15/2024 the Above Amendment Changes/updates The Following Items: extenddate Offers Due attach Updated Neutron Star Industry User Guide V2 Dated 14aug24 With Specific Instruction Pertaining To Topic 5 Submissions address Announcement Questions To The Neutron Star Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) Attention Of: Fromprimary: Ms. Ashley Patterson, Afrl/rvkb Tomr. Ever Orozco-perea, Afrl/rvkb Alternate: Mr. Isaac Thorp, Afrl/rvkband Ms. Regina Alflen, Afrl/rvkb ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- naics Code: The Naics Code For This Acquisition Is 541715 For Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology). federal Agency Name: Air Force Research Laboratory ara Title: Neutron Strategic Technology Advanced Research (neutron Star) Advanced Research Announcement (ara) ara Type: This Is An Open Ara; Initial Announcement submission Dates Are Indefiinite Until Further Notice program Summary: this Is An Open Ara Announcement Pursuant To The Authority Of 10 U.s.c. §4023procurement For Experimental Purposes. Afrl Is Interested In Receiving White Papers Regarding Nuclear-related Research And Development, Including, But Not Limited To Modeling And Simulation Of Re-entry Environments, Materials Characterization, Nuclear Explosion Monitoring, And Design, Fabrication And Experimentation Of Nuclear Delivery. Dialogue Between Prospective Offerors And Government Representatives Is Strongly Encouraged. this Solicitation Intends To Use The Acquisition Authority Provided By 10 U.s.c. §4023. This Authority Applies To The Acquisition Of Items Related To “…ordnance, Signal, Chemical Activity, Transportation, Energy, Medical, Spaceflight, And Aeronautical Supplies, Including Parts And Accessories, And Designs Thereof, That Are Necessary For Experimental Or Test Purposes In The Development Of The Best Supplies That Are Needed For The National Defense.” Consequently, White Papers And Proposals Should Address How The Proposed Effort Provides Benefits To The National Defense Relative To The Parameters Of This Authority, And A Strategy For Verifying Those Intended Benefits. *please See The Attached Neutron Star Industry User Guide For Guidance On Definitions, Processes, Submission Requirements And Evaluation Criteria.* background: afrl’s Geo Space Division (rvbn) Positions Afrl To Steward, Develop, And Deliver Leading Technologies To The Warfighter And The Nuclear Enterprise To Ensure The National Defense. thus, Proposed Solutions Should Be Innovative And Substantially Improve National Defense Capabilities Across The Domains Of National Nuclear Deterrence Operations. While The Government Describes Discrete Topic Areas Below, It Also Anticipates That Certain Comprehensive Technology Solutions And Prototypes May Require Multidiscipline Approaches That Address Two Or More Topic Areas. The Topic Areas Covered Under This Announcement May Be Used In Any Combination. The Government Reserves The Right To Add, Delete Or Modify The Topic Areas As Necessary. industry-government Communication: Dialogue Between Prospective Offerors And Government Representatives Is Strongly Encouraged Throughout The Life Of This Ara. However, Communication Shall Be Limited To The Contracting/agreement Officer Once Full Proposals Are Submitted For Evaluation/review. Discussions Should Focus On Understanding Government Objectives And Requirements, Feasibility Of Prospective Offeror Approach, And Prospective Offeror Prior Similar Efforts. discussions Shall Not Constitute A Commitment By The Government To Subsequently Fund Or Award Any Proposed Effort. No Guidance Related To Technical Approach Will Be Given. Offerors Are Advised That Only Contracting Or Agreement Officers Are Legally Authorized To Contractually Bind Or Otherwise Commit The Government. announcement Details: this Is A Hybrid Announcement. This Announcement Includes An Open Request For White Papers As Described Below. Additionally, Individual Solicitations For White Papers (two-step Solicitation) And/or Proposals (one-step Solicitation) Related To Discrete Requirements May Be Issued. Afrl Reserves The Right To Collapse A White Paper (two-step Solicitation) Into A One-step If The Situation Warrants And The White Paper Contains Sufficient Technical Detail To Do Full Technical Proposal Evaluation Instead Of White Paper Evaluation. open Announcement Request: Afrl/rvbn Is Soliciting White Papers On The Research Effort Described In The Below Topic Areas Pursuant To The Authority Of 10 U.s.c. §4023, Procurement For Experimental Purposes. White Papers Submitted Pursuant To The Open Announcement Request Follow The Two-step Procedures Described Below. White Papers Submitted Under The Open Announcement Request May Be Retained For 12 Months. open Announcement Submission: Unclassified White Papers Must Be Submitted To The Neutron Star Org Box At Afrl.rvkb.afrlneutronstardms@us.af.mil. Do Not Deliver Any Classified Portion Of The White Paper To This Address. If It Is Determined That A Classified White Paper Is Required, Please Contact The Neutron Star Org Mailbox For Specific Delivery Instructions. additional Instructions For White Paper Submissions Can Be Found In The Neutron Star Industry User Guide Attached To This Announcement. individual Solicitation Request: Individual Solicitations, Except For Limited Solicitations, For White Papers And Proposals Will Be Issued Under This Announcement Via The Government Point Of Entry (gpe) At Https://sam.gov. Notification Of Individual Solicitations May Be Announced On Other Platforms (i.e. Www.grants.gov) And Will Direct Offerors To The Gpe For Full Solicitation Details. individual Solicitation Submissions: Submission Requirements For Individual Solicitations Will Be Specified In The Solicitation Details Of Each Individual Solicitation. individual Solicitation Variations: Variations Of The Ara Individual Solicitation Process Are Available For Use. The Following Types Are Commonly Used But Are Not Considered All Inclusive. one-step: The One-step Process Is Used To Request Full Technical And Cost Proposals From Each Offeror. The Proposals Are Reviewed In Accordance With The Solicitation Criteria And Typically All, Part, Or None Of A Proposal May Be Selected For Award. two-step: The Two-step Process Is Used To Request White Papers And Rough Order Of Magnitude (rom) Costs. The Individual Solicitation Must State Whether An Unfavorable White Paper Review Will Bar The Offeror From Further Consideration. The Government May Retain Unselected White Papers For A Specific Period, Which Will Be Identified In The Individual Solicitation. White Papers Submitted Under The Open Announcement Request May Be Retained For 12 Months. Full Proposals Are Requested From Those Offerors Selected In The White Paper Review Process. After Proposals Are Received, They Are Processed And Reviewed In Accordance With The One-step Process. limited Individual Solicitations: This Approach Allows For Solicitation To A Limited Group Of Potential Offerors. Request For Proposals (rfp) Or Requests For White Papers Will Be Issued Directly To Potential Offerors Without A Requirement To Publish To The Gpe. the Government May Issue Solicitations That Combine One Or More Of The Above Approaches. announcement Modifications: Due To The Dynamically Evolving Nature Of Us Nuclear Deterrent Mission And Warfighter Needs, This Announcement Is Subject To Updates, Revisions, Or Additional Topic Areas. Therefore, Offerors Are Highly Encouraged To Continually Monitor Https://sam.gov To Ensure They Receive The Latest Guidance For This Announcement. The Government Shall Provide Updates To This Announcement No Less Than Annually. Updates May Include Changes To Topic Areas, Submission Requirements, Administrative Changes, Evaluation Criteria, Solicitation Methods, Etc. (not An Inclusive List). type Of Contract/instrument: The Government Reserves The Right To Award The Instrument Best Suited To The Nature Of The Research Proposed. Accordingly, The Government May Award Any Appropriate Contract, Agreement Or Assistance Instrument Type Under The Authorities Below: federal Acquisition Regulation (far) 10 U.s.c. §4021 "other Transaction For Research” 10 U.s.c. §4022 "other Transaction For Prototype" 10 U.s.c. §4023 "procurement For Experimental Purposes" 15 U.s.c §3710a – Cooperative Research And Developments Agreements 15 U.s.c §3715 – Partnership Intermediaries 32 C.f.r. §22.215 – Grants And Cooperative Agreements the Government Anticipates That A Mix Of Contract/ Instrument Types Will Be Used Throughout The Life Of This Announcement. Generally, Awards Under This Announcement Or Any Individual Solicitations May Be Cost-plus-fixed Fee (completion And Term), Cost Reimbursement, Firm Fixed Price, Cost Sharing, And Incentive. note: If A Federal Acquisition Regulation (far) Type Contract Is Recommended As The Award Type Authority, Then The Far Clauses Will Be Referenced At The Individual Solicitation Level Or Within The Request For Proposal. The Far And Far Supplement Provisions And Clauses Will Be Incorporated By Reference. The Full Text Of These Provisions And Clauses Can Be Found At Https://www.acquisition.gov. if An Assistance Instrument (grants Or Cooperative Agreements) Is Recommended As The Award Type, Then Articles And Guidance Found Under Dodgars, 200 Cfr, Omb/dod Policy Shall Be Used And Followed As Appropriate. if An Other Transaction (ot) Is Recommended As The Award Type, Then The Far References And Clauses Will Not Apply. The Terms And Conditions Of An Ot Agreement Shall Be Developed And Negotiated On A Case-by-case Basis. estimated Program Cost: The Overarching Announcement Has An Unrestricted Ceiling. However, Individual Solicitations May Elect To Provide An Estimated Program Value Or Funding Profile For Planning Purposes. anticipated Number Of Awards: The Air Force Anticipates Awarding Multiple Awards For This Announcement. However, The Air Force Reserves The Right To Award Zero, One, Or More Grants, Agreements, Other Transactions, Or Contracts For All, Some Or None Of The Solicited Effort Based On The Offeror’s Ability To Perform Desired Work And Funding Availability. There Is No Limit On The Number Of Awards That May Be Made To An Individual Offeror. award Schedule: The Anticipated Period Of Performance Will Be Determined Through Dialogue Between Prospective Offerors And Government Representatives For Each Topic Area And Specified In Each Individual Award. Individual Solicitations May Elect To Provide A Desired Technical Execution Schedule For Planning Purposes. deliverables: Hardware And Software Deliverables Will Be Specified Within A Separately Priced Contract/award Line Items And Data Deliverables Will Be Specified On Individual Contract Data Requirements List(s) (cdrls) In Any Resultant Contract Or An Ot Article. within Scope Award Modifications: Offerors Are Advised That Due To The Inherent Uncertainty Of Research And Development Efforts, Awards Resulting From This Announcement May Be Modified During Performance To Make Within Scope Changes, To Include But Not Limited To, Modifications Which Increase Overall Contract/award Ceiling Amount. system For Award Management (sam) Registration: Before The Government Can Issue An Award, An Offeror Must Be Registered In The System For Award Management (sam). If An Offeror Was Previously Registered In Central Contractor Registration (ccr), The Information Has Been Transferred To Sam. However, It Is In The Offeror’s Interest To Visit Sam And Ensure That All Their Data Is Up To Date From Sam And Other Databases To Avoid Delay In Award. Sam Replaced Ccr, Online Representations And Certifications Application (orca), And The Excluded Parties List System (epls). Sam Allows Firms Interested In Conducting Business With The Federal Government To Provide Basic Information On Business Capabilities And Financial Information. To Register, Visit Https://www.sam.gov. science & Technology (s&t) Program Protection: Offerors That Are Submitting Proposal Responses Only (not Required For Submission Of White Papers) Shall Submit As A Part Of The Proposal Submission 1.) A Completed Standard Form (sf) 424, Research And Related Senior/key Person Profile (expanded) Form For All Senior/key Personnel Proposed; And 2.) A Completed Security Program Questionnaire. Offerors May Be Asked To Provide A Mitigation Plan For Any Identified S&t Protection Risks. The Government Reserves The Right To Determine If An Offer Is Unawardable On The Grounds Of Unacceptable S&t Protection Risk Based On Its Review Of The Sf 424 And Security Program Questionnaire. by Submitting A Proposal, The Offeror Certifies That It Is In Compliance With Section 223(a) Of The William M. (mac) Thornberry National Defense Authorization Act For Fiscal Year 2021 Which Requires That: (a) The Principal Investigator (pi) And Other Key Personnel Certify That The Current And Pending Support Provided On The Proposal Is Current, Accurate And Complete; (b) Agree To Update Such Disclosure At The Request Of The Agency Prior To The Award Of Support And At Any Subsequent Time The Agency Determines Appropriate During The Term Of The Award; (c) The Pi And Other Key Personnel Have Been Made Aware Of The Requirements Under Section 223(a)(1) Of This Act; And (d) Certification Includes The Following Statement: “i Am Aware That Any False, Fictitious, Or Fraudulent Statements Or Claims May Subject Me To Criminal, Civil, Or Administrative Penalties. (u.s. Code, Title 218, Section 1001)”. announcement Period: The Overarching Announcement Has No End Date And Is In Effect Until Further Closed Or Rescinded. open Announcement Points Of Contact: address Technical Questions To The Neutron Star Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) Attention Of: primary: Maj Montgomery, Afrl/rvbn alternate: Harper Baird, Afrl/rvbn address Announcement Questions To The Neutron Star Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) Attention Of: primary: Ms. Ashley Patterson, Afrl/rvkb alternate: Mr. Isaac Thorp, Afrl/rvkb note: Individual Solicitation Points Of Contact Will Be Specified Within The Solicitation. topic Areas And Topic Descriptions note: All Topics Are Controlled By Security Access Requirements. 1. Nuclear System Development develop Foundational Capabilities, Requirements, Strategies, And Identify Candidate Technologies For Enhanced Nuclear Surety. 2. Nuclear Systems Integration integration Nuclear And Non-nuclear Components Of Future U.s. Nuclear Experiment Units For Development And Delivery To Various U.s. Integration And Test Organizations. 3. Nuclear System Flight Experimentation And Evaluation development And Delivery Of Nuclear Systems To Various U.s. Test Organizations. 4. Nuclear Explosion Monitoring improve Capabilities To Detect, Locate, Discriminate And Characterize The Depths, Yields And Other Emplacement Conditions Of Nuclear Explosions. 5. Nuclear Command, Control, And Communication enable Uninterrupted Delivery Of Strategic And Critical Conventional Data Within Contested And Nuclear Environments, Via Innovative New Technologies And Architectures. support Contractors: The Afrl Space Vehicles (rv) Directorate Have Contracted For Various Business And Staff Support Services From The Following Companies. aero Thermo Technology, 620 Discovery Drive Building I, Suite 110, Huntsville, Alabama 35806 fury Solutions Llc, 1617 Ashmont Ct, Xenia, Oh 45385-7060 apogee Engineering Llc, 8610 Explorer Drive Suite 305, Colorado Springs, Co 80920-1036 afrl Space Vehicles (rv) Directorate Require These Contractors To Obtain Administrative Access To Proprietary Information Submitted By Other Contractors. Administrative Access Is Defined As "handling Or Having Physical Control Over Information For The Sole Purpose Of Accomplishing The Administrative Functions Specified In The Administrative Support Contract, Which Do Not Require Technical Professionals Assigned To Accomplish The Specified Administrative Tasks." these Contractors Have Signed General Non-disclosure Agreements And Organizational Conflict Of Interest Statements. The Required Administrative Access Will Be Granted To Non-technical Professionals. Examples Of The Administrative Tasks Performed Include: a) Assembling And Organizing Information For R&d Case Files; b) Accessing Library Files For Use By Government Personnel; c) Handling And Administration Of Proposals, Contracts, Contract Funding And Queries; And d) Administering The Tool That Will Be Used For Conducting White Paper And Proposal Evaluations. These Various Business And Staff Support Service Contractors Are Prohibited From Responding To This Announcement. offerors Shall Either Complete Paragraph (*) Below Or Provide Written Objection To Administrative Access. Any Objection To Administrative Access: a) Shall Be Provided In Writing To The Contracting Officer Within 10 Days Of Rfp (or Prda, Baa, Etc., As Appropriate) Issuance; And b)shall Include A Detailed Statement Of The Basis For The Objection. *i Consent To Administrative Access, As Defined Above, By Rd And Rv Business And Staff Support Services Contractors To Any Proprietary Information Submitted Under This Solicitation Or Delivered Under Any Resulting Contract.
London Borough Of Haringey Tender
Civil And Construction...+1Civil Works Others
United Kingdom
Closing Date8 Feb 2031
Tender AmountRefer Documents
Details: The Services To Be Procured Under The Proposed Dps Are Likely To Be Wide And Varied And Cover All Aspects Of Construction, Estates And Property Professional Services To Include But Not Limited To:— Construction Related Multi-disciplinary Services,— Construction Project Management Services,— Highways And Transport Services,— Public Realm And Landscape Services,— Architectural Design Services,— Mechanical And Electrical Services,— Civil And Structural Engineering Services,— Quantity Surveying Services,— Building Surveying Services,— Construction Health And Safety Advisor,— Breeam Assessors,— Specialist Environmental Services,— Asbestos Advisory Services And Surveys,— Site Supervision /clerk Of Works For Construction Projects,— Environmental, Sustainability And Waste Services,— Fire Services,— General Advice On All Aspects Of Estate, Property And Housing Management Services,— Ancillary Services (e.g. Office Support Services, Artificial And Natural Lighting Engineering Services For Buildings, Transport Systems Consultancy Services, Energy And Related Services, Urban Planning Services).the Dps Can Be Filtered By Service Templates Geographical Region And Value Banding. Lcp Members May Therefore Invite All The Suppliers Within A Particular Service Category Requirement. This Option Shall Be Set Out Within Sproc.net At The Time Of Call-off.selection Of Suppliers Will Also Be Subject To A Value Banding Assignment That Will Be Applied And Managed During The Dps By The Lcp. Further Details Are Provided Within The Procurement Documents.the Supplier Agreement Includes A Set Of Terms And Conditions That May Be Utilised By The Parties For Subsequent Call-offs Under The Dps (albeit Contracting Authorities Are Permitted To Substitute Those Terms And Conditions With Their Own Preferred Forms Subject To Their On-going Compliance With The Restricted Procedure Under Which This Dps Is Being Procured).the Dps In Itself Is Therefore Not A Contract; Contracts Are Only Formed When Services Are Called-off Under The Dps. The Tender Documents Issued By Contracting Authorities For Specific Call-offs Under This Dps Will Fully Confirm The Specific Terms And Conditions Applicable For The Execution Of The Services.suppliers Should Also Note That This Dps Places No Obligation On Its Approved Users To Procure Any Construction Estates And Property Professional Services During The Term Of This Dps.lcp Is Working In Association With Adam Htt Limited To Develop And Maintain This Dps.suppliers Should Read This Contract Notice Carefully And In Full Before Submitting Their Application To Join The Dps.
Derby City Council Tender
Furnitures and Fixtures
United Kingdom
Closing Date31 Oct 2029
Tender AmountRefer Documents
Details: Lot 1: Supported Living:derby City Council Requires Support To Be Delivered To Adults With Complex Needs Within Their Own Accommodation — To Be Known Hereon In As 'supported Living'.the Term ‘supported Living’ For The Purposes Of This Service Refers To The Provision Of Support That Is Delivered Within A Person’s Tenanted Housing Or Their Own Home Where Appropriate. The Provision Of Care, Support Or Supervision Received By A Customer (or Tenant), Is Not Linked To Or Integrated With Their Accommodation.supported Living Is Ultimately Designed To Deliver Support That Enables People To Become More Independent. It Can Be Either Long-term — For People Who Need On-going Support To Live Independently Or Short-term — Where It Is Recognised That Emotional Or Practical Skills Development May Support A Customer’s Move To More Mainstream Housing. An Enablement/recovery Approach Lies At The Heart Of Service Delivery, And Performance In This Respect Will Need To Be Quantifiable And Measurable.customers Will:— Be Residents Of Derby City,— Be Over The Age Of 16 Years,— Have Eligible Care Or Support Needs As Defined By The Council,— Require Supported Living As Defined Above.
Places for People Tender
Others
United Kingdom
Closing Date30 Nov 2026
Tender AmountRefer Documents
Description: Lot 1. Propertycommercial Property:(a) Non-contentious Work;(b) Contentious Work.residential Property:(a) Non-contentious Work;(b) Contentious Work.please Note This Lot Excludes Development Related Work And Regulated Tenancies. A Full List Is Provided Within The Tender Documentation.it Is Important To Note That The Services Listed Under This Lot Are Designed To Be Indicative Of The Types Of Legal Services That Will Be Required But This Is Not Intended To Be Exhaustive.
En Procure Ltd Tender
Energy, Oil and Gas
United Kingdom
Closing Date16 Mar 2026
Tender AmountRefer Documents
Details: This Lot Will Be For Works Predominantly In The Region Of Yorkshire And Humber But This May Extend To Other Areas Of The Uk.the Scope Of Works Will Include Cavity Wall Insulation (that Installed In Party Walls) And Similar Sundry Works Including But Not Limited To Brick Cleaning, Replacement Of Wall Ties, Repointing And Masonry Repairs To Predominantly To Social Housing And Private Domestic Properties But May Extend To Other Property Types That Are Owned Or Managed By Members/licensees. This Lot Will Be On The Basis Of Supply And Fit, Design And Fit And Design, Supply And Fit.
London Borough Of Newham Tender
Furnitures and Fixtures
United Kingdom
Closing Date31 Dec 2028
Tender AmountRefer Documents
Description: Extra Care Housing (ech) Is Housing Designed To Meet The Needs Of Predominantly Older People Who Require 24-hour Care And Support Because Of Their Physical, Learning, Mental Ill-health Or Disability. People Who Live In Ech Have Their Own Self-contained Home, Their Own Front Door, And A Legal Right To Occupy The Property.newham Currently Has 8 Existing Extra Care Schemes Operating In The Borough Made Up Of 327 Units. All Schemes Accept Vulnerable And Elderly Customers Aged 55+ In Receipt Of Personal Care Needs Of 5 Hours /week Or More With The Exception Of One Scheme, Amber Court, Which Accepts Customers 18+ Years Old.ech Enables The Council To Meet Several Council And Departmental Strategic Priorities. The Social Benefits Of Ech Are Well-documented And Include:— Better Quality Of Life,— Access To Leisure And Social Activities To Reduce Social Isolation And Improve Well-being,— Well-designed Environment Can Be A Home For Life And Enables Older People To Remain In Their Own Home Even As They Require Increasing Care And Support.newham’s Current Extra Care Offer Is More Akin To Sheltered Housing Because The Care And Support Elements Are Delivered Through Customers’ Individual Care And Support Plans Rather Than Providing A Fully Coordinated 24 / 7 On-site Service. Some Current Extra Care Customers Do Not Meet The Eligibility Criteria For Extra Care And / Or Are Not In Receipt Of Care And Support. New Customers Referred To Extra Care Shall Meet The Eligibility Criteria. Therefore, It Is Expected That The Number Of Eligible Extra Care Customers Living In The Schemes Will Increase.the Council’s 3 Year Extra Care Commissioning Plan Identifies How The Current Disparate Funding Streams For Extra Care Can Be Adapted To Achieve Best Outcomes For Customers, Economies Of Scale And Value For Money For The Council And Increased Financial Benefits, Certainty And Flexibility For Providers. The New Approach Shall Be A ‘core And Flexible’ Model, Which Shall:— Promote Customer Choice And Accessibility,— Maximise Preventative Opportunities,— Achieve Wider Benefits To The Council,— Ensure Financial Sustainability For Providers.through The Dps Process The Council Will Be Running Mini Tender Exercises To Commission Providers Who Demonstrate Innovative And Creative Approaches To The Delivery Of Care And Support Within Extra Care. An Approach Which Places The Customer At The Heart Of Service Delivery, Involves Customers In Choices About Their Care And Support That Promotes Positive Risk Taking, Independence, Dignity And Choice At All Times And Has A Strong Focus On Enabling And Re-enabling. The Council Recognises The Need To Innovate And Modernise The Way Care And Support Is Delivered And Supports The Use Of Digital Technology To Assist With The Support And Delivery Of These Services.the Overall Aim Of Extra Care Shall Be To Work With The Council, Customers, Landlords And Other Stakeholders To Create And Maintain A Safe, Supportive And Inclusive Environment That Promotes Independence, Health And Well-being.
Ministry Of Justice Tender
Consultancy Services
United Kingdom
Closing Date10 Jun 2027
Tender AmountRefer Documents
Details: The Df Will Be Established To Allow The Authority And Participating Bodies To Purchase Services To Deliver Rehabilitative And Resettlement Interventions. Bidders Must Pass The Selection Questionnaire (sq) To Sign The Framework Agreement And Be Appointed To The Df. Once Appointed, They Will Be Invited To Call-off Competitions Where They Are Qualified In The Relevant Service Categories And Have Indicated They Would Be Able To Deliver Services In The Relevant Geographical Locations.over The Df Term, The Authority And Participating Bodies Can Commission Or Co-commission Services Which Meet The Specific And Emerging Needs Within Their Locality And For Service Users Not Directly Under Probation Supervision.interventions Fall Under Fourteen (14) Df Service Categories:(a) Accommodation(b) Education, Training And Employment (‘ete’)(c) Finance, Benefits And Debt (‘fbd’)(d) Dependency And Recovery(e) Family And Significant Others(f) Lifestyle And Associates(g) Emotional Wellbeing(h) Social Inclusion(i) Women (this Is A ‘cohort’ Service Category)(j) Young Adults (18-25 Years Old) (this Is A ‘cohort’ Service Category)(k) Black, Asian, Minority Ethnic (this Is A ‘cohort’ Service Category)(l) Restorative Justice(m) Cognitive And Behavioural Change(n) Service User Involvement.it Is Anticipated That The Authority Will Procure Services To Be Operational From Day One (1) (currently Expected To Be In June 2021), Known As Day 1 Services. The First Call-off Contracts Will Be Placed By The Authority Via Day 1 Call-off Competitions Detailed Below. These Will Focus On Interventions To Provide Support For Service Users Subject To Court Orders And Custodial Sentences From Pre-release Through Post-release Licence And Post Sentence Supervision To Reduce Re-offending.day 1 Call-off Competitions Are Anticipated To Be:(a) Call-off Competitions With A Single Service Category (run Across One Or More Geographical Locations); Or(b) Call-off Competitions Which Combines Two Or More Service Categories (run Across One Or More Geographical Locations) (multi Service Category Call-off Competition).the Day 1 Services Call-off Competitions Are Anticipated To Be For Some Or All Of The Following Service Categories; The Authority Currently Intends To Combine Service Categories (e),(f),(g),(h) Into A Multi Service Category Call-off Competition• Accommodation• Ete• Fbd• Dependency And Recovery.• Lifestyle And Associates• Emotional Wellbeing• Family And Significant Others• Social Inclusion• Young Adults (wales Only) (covering Service Categories (e), (f), (g) And (h) Above)• Women’s Services (covering Service Categories (a) – (h) Above).the Df Will Operate As An Open Panel To Which Eligible Suppliers Can Qualify, Providing They Meet The Qualification Criteria, During Its Term. There Is No Upper Limit On The Number Of Providers Who Can Qualify. Suppliers Must Qualify For Individual Service Categories.there Will Be The Option For Call-off Contracts To Be Awarded On A National, Regional Or Local Level. Suppliers Select All The Geographical Location(s) Where They Wish To Be Invited To Call-offs For From A Predefined List. Suppliers Can Amend Their Preferences Throughout The Term Of The Df. The Authority Reserves The Right To Promote Grant Opportunities Through The Df To Be Awarded Under Separate Procedures And Not Subject To The Pcr.the Df Will Be Available To Other Participating Bodies. These Include:• Hm Prison And Probation Service• National Probation Service• Hm Prison And Probation Service Wales• Hm Prisons In England And Wales• Central Government Departments (e.g Dwp), Their Agencies And Ndpbs• Welsh Government
4771-4780 of 5232 active Tenders