Scope of Requirements Clause Samples
Scope of Requirements. 1.1. Lot 2 of the NDEE Framework will cover NDEE retrofit, in its broadest sense, to public sector buildings and grounds including the installation of a wide range of energy efficiency assets that may include, but not limited to: • prefabricated energy centres; • combined heat and power units; • energy efficient boilers – zero carbon heat options must be considered where boilers are being installed through this framework • voltage management units; • controls outstations; • luminaires, lighting controllers and other lighting assets.
Scope of Requirements. ▇▇▇ ▇ ▇▇▇▇▇▇▇▇▇▇, ▇▇▇▇▇▇▇▇▇▇, Employment and Inquiries
Scope of Requirements. 8.1 The Authority requires the Contractor to provide comprehensive Postal Services to fulfil the current and evolving needs of the Framework Public Bodies.
8.2 There will be no minimum quantities applied for Framework Public Bodies who wish to access this Framework Agreement.
8.3 Framework Public Bodies that use the services being provided will require various postal services. These may reduce or increase throughout the duration of their Call-off Contract.
8.4 The Contractor will provide Framework Public Bodies with cost centre billing. The number of cost centres will vary for each Framework Public Body.
8.5 From the day of collection i.e. ‘Day 1’ (at or before the latest acceptance time) the Contractor will provide a service to Mainland Scotland to ensure delivery of mail on ‘Day 2’. The service applies to all working days including Saturdays.
8.6 From the day of collection i.e. ‘Day 1’ (at or before the latest acceptance time) the Contractor will provide a service to all UK postcodes to ensure delivery of mail on either ‘Day 3’ or ‘Day 4’. The service applies to all working days including Saturdays
8.7 As a minimum, ‘Mainland Scotland’ includes the following Postcode Areas – EH, TD, FK, KY, DD, PH, G, PA, ML, KA.
8.8 It is understood that the action of final delivery may be undertaken by a third party organisation. Management of this activity, however, will be the responsibility of the Contractor as a seamless desk to door process.
8.9 Stationery will be provided by the Contractor if requested by the Framework Public Body. Costs of stationery provided will be agreed between the Contractor and the Framework Public Body.
8.10 All envelopes utilised must be able to include a return address if requested by the Framework Public Body.
8.11 The Contractor shall identify areas open to improvement, report and regularly update the Framework Public Bodies on all areas.
8.12 The Contractor must be able to make use of barcode technology such as creating barcodes on relevant documentation and any follow up notices. The barcode must be readable. For example by Post Offices, PayPoints and Payzones.
8.13 Lot 1 – Physical Mail
8.13.1 Physical mail is the collection and delivery of mail from Framework Public Bodies throughout Scotland, including the Highlands and Islands. It is prepared for posting by the Framework Public Body and collected by the Contractor from Framework Public Body sites. It is sorted by the Contractor and either delivered directly to recipients by the ...
Scope of Requirements. The Framework Suppliers will be required to use competent and suitably qualified deliverers (e.g. Advisers) to deliver “call-off” contracts, who have the necessary skills and experience of successfully delivering advice and information to farmers/land managers and their advisers. Deliverer’s knowledge, skills and experience will be assessed at the Tender stage. • Knowledge of British farming, forestry, sustainable food production, animal and plant health, business and environmental management; • Knowledge of the natural environment and biodiversity; • Knowledge of sustainable green economies and resilience to climate change, including current strategies for climate change mitigation and adaptation in agriculture; • Knowledge of British agricultural performance, rural economy and competitiveness; • Knowledge of diffuse pollution from agriculture, management and protection of soils, natural flood management, water resources and agri-environmental issues. • Defra’s - A Green Future: Our 25 Year Plan to Improve the Environment; • The Agricultural Transition Plan; • Environmental Land Management Schemes; • Woodland Creation and Management; • Catchment Sensitive Farming; • Agricultural Regulations; • Animal Health and Welfare; • Prosperity and Productivity Schemes including the Farming Investment Fund. The Supplier’s ability to deliver specific activities will be evaluated at the tender stage. Some activities will require specific qualifications to be held by deliverers e.g. FACTS, BASIS. These will be detailed in the tender Request for Quotation. Suppliers will also be required to provide evidence of skills, in relation to their proposal for managing the delivery of the contract. Suppliers are required to complete the Framework Rate Card by inserting their maximum rate per activity based on the descriptions provided. These rates are for framework evaluation purposes only and will not affect commercial bids for future tenders (call off contracts). These maximum rates are not to be exceeded at the tender stage when Suppliers will put forward a rate based on the competitive tendering process. In exceptional circumstances the Framework Manager may adopt the Direct Award process through the Framework as an alternative to procuring delivery via a tender up to a maximum contract value of £100K (including any variations) providing that the Supplier can perform the required services to the appropriate standard and that the Direct Award process offers the most economical...
Scope of Requirements. 2.1. It is envisaged that a broad Contracting Authority base will access the Framework Agreement with differing requirements. The Supplier shall have flexibility and scalability to meet the current and future needs and strategies of public sector Contracting Authorities.
2.2. The Authority is seeking Suppliers that can drive continuous improvement and deliver innovative solutions to Contracting Authorities that access this framework agreement.
2.3. For the provision of Services, the Supplier must be able to collect and deliver various consignment types from address(s) or sites and/or location(s), as requested by the Contracting Authority, within the UK, using its own resources or those of a partner organisation(s) (Subcontractor).
2.4. Where the Contracting Authority is aware of any restrictions, limitations or special requirements in place to undertake the appropriate collection and delivery of a consignment(s), this will be defined by the Contracting Authority at Further Competition.
2.5. The Contracting Authority will further define the exact type of consignment(s) and/or goods at Further Competition.
2.6. The Supplier shall be aware that the Contracting Authorities consignment(s) may not be consolidated with any other Contracting Authorities items or loads unless with the prior written permission of the Contracting Authority.
2.7. The Supplier shall be aware that there may be a requirement for Services to be available for Out of Hours Collection - to be available 24 hours a day, 365 days a year. This may include weekends and Public Holidays. The Contracting Authority will define this further at Further Competition.
2.8. The Supplier shall have a robust process in place for dealing with consignment(s) which have not been delivered successfully to the Contracting Authority.
2.9. All undelivered items should be immediately returned to the Contracting Authority with an explanation as to why the consignment(s)/good(s) could not be delivered.
2.10. The Supplier shall advise a Contracting Authority of none delivery within 24 hours where the item is tracked and seek Contracting Authority guidance on next steps i.e. where the item should be returned to.
2.11. The Supplier shall be aware that Contracting Authorities may have a requirement for a combined courier solution and Suppliers shall be able to offer flexibility when responding to Contracting Authority requirements at Further Competition stage. By definition, a combined courier solution will allow Contract...
Scope of Requirements. The objectives of the Coastal Change Pathfinder evaluation as a whole are: To capture the main lessons and outcomes of the Pathfinder Programme To assess success against its original aims To evaluate the value for money and Additionality achieved by individual schemes and by the Programme as a whole Identify best practice and lessons learned that can be shared with other local authorities To inform future policy of central government and local authorities The main benefits of the evaluation as a whole will be: Local authorities better able to support communities in adapting to Coastal Change Central government able to shape future policy and funding to support communities affected by Coastal Change in an effective manner that achieves good value for money
Scope of Requirements. 3.1 The GPU wishes to engage a partner, with a proven track record in workplace transformation and the integration of mobile technology, to undertake a study and prepare a report on how the government should achieve a fully ICT-integrated workplace which promotes flexibility through new ways of working. The report would explain how such changes might be implemented, indicating the risks and benefits, indicative costs / budget requirements and likely timescales. The report is expected to inform a full procurement of the proposed solution in due course for provision of the agreed recommendations.
3.2 Potential buildings have been identified that may be available to serve as the basis for this study and it is intended that these should serve as showcases for the approach informed by the study and ultimately act as a template for this new model of working across the government estate. The overarching objective is to achieve flexibility and integration that works across the whole of Government, not just to change the ways of working within an individual Department.
3.3 It is intended that the successful applicants from the initial sift should be given access to these buildings to help their research and provide a ‘live’ setting on which to base their proposals.
Scope of Requirements. The MoJ estate includes a wide range of environments that require maintenance work in order to maintain decent and humane surroundings for prisoners and staff. The work is undertaken by trained staff and, in some cases, prisoners. This specification details the requirements of the MoJ for the provision of Paint Consumables. This shall include the provision of an essential list of products which cover these areas. The essential list is the list of items that must always be available for Buildings within MoJ estate to order from the Contractor. This list may be updated after agreement between the MoJ and the Contractor. The Contractor will deliver the contract to agreed service levels which shall be monitored closely as part of the contract management process. The Contractor is responsible for working with the MoJ to create and maintain the electronic catalogue data of essential items, including incorporating updates and changes to the data within required timescales. Changes can only be implemented via the formal change control process. The Contractor will provide the goods and services only to those MoJ Sites listed in Schedule H: Pricing. The Contractor will not be required to: Undertake, or provide staff to undertake, building work within any MoJ environment as trained staff and prisoners carry this out. Provide training to MoJ staff and prisoners for the products supplied by this framework.
Scope of Requirements. 4.1. The Service Provider should supply Transnet Port Terminal with one (1) vacuum trucks to clean cargo spillages on internal roads. The Service outcome must be clean roads with no evidence of any iron ore and manganese spillages.
4.2. The vacuum trucks shall be operational and drive 5 days a week including public holidays for 8 hours a day.
4.3. Service provider must provide the adequate mobile equipment necessary to wash the cargo spillages and stains affected area and remove all the spilled material and water that was used in the process.
4.4. Service Provider must dispose all waste into appropriate areas as indicated by the Transnet Port Terminals (In Port Boundaries).
4.5. Service Provider must provide an adequate number of personnel, as well as all transportation requirements necessary for personnel.
4.6. Service Provider must send all personnel for an occupational medical and arrange for Transnet Port Terminal (TPT) Safety, Health, Environment, Risk and Quality (SHERQ) Induction.
4.7. Service Provider must provide all personnel with the following Personnel Protective Equipment (PPE), and replace on a wear and tear basis:
4.7.1. Overalls;
4.7.2. Hard hats;
4.7.3. Safety boots; and
4.7.4. Reflector jackets.
4.7.5. Sufficient Signage
4.7.6. Appropriate demarcations and barricades should be used to cordon the affected area while cleaning takes place.”
4.8. Service Provider to supply one (1) vacuum trucks with the following estimated* requirements for each Vacuum Truck:
4.8.1. A tank to house the sludge of at least 7000 litres.
4.8.2. A water tank to spray the roads should be at least 5000 litres.
4.8.3. The spraying nozzles should have a flow rate of at least 180 litres/minute (design specification) and should have at least 120bar sprayers.
4.8.4. Truck to be fitted with working Odometer and Global Positioning System (GPS), which can be printed and submitted to SHERQ on a monthly or on request.
4.8.5. Vacuum should at least operate at 3800m3/hour and have at least 1-meter suction area.
4.8.6. Vacuum Truck would be required to discharge via a suction pipe into Geotextile bags from time to time. (Geotextile bags will be supplied by Transnet Port Terminals.). The normal operating process will include discharging in demarcated areas.
4.8.7. Diesel/Petrol usage of the vacuum truck will be for the Service Providers account. *The requirements should be able to completely clean the road without excess water runoff.
4.9. The Service Provider shall be required t...
Scope of Requirements. 3.1. The Contractor will be required to undertake the tasks in Table 1 as part of this Contract. The timetable for delivery will be in accordance with the project plan submitted by the Contractor as part of their ITT proposal and finalised during the Project Set Up Stage but indicative timings have been provided in Table 2. Table 1: Task Breakdown
a) Project Set Up Stage. The Contractor‟s proposal will form the basis of the Project Set Up Stage This will involve liaising with the Authority and the AMAC to finalise any technical decisions and to agree a detailed project plan that will form the basis for the data receipt, calculation and results data delivery schedules that will in turn support the payment plan;
b) Dataset Integrity Checks The receipt and checking of input datasets as issued by the AMAC on behalf of the Authority;
c) Noise Calculation Provision and set up by the Contractor of the noise calculation environment including the provision of required software licensing and Environment Set Up hardware system, including loading data and performing pre-calculation checks, as appropriate;
d) Undertake Noise Calculations Undertake principle noise calculations;
e) Post Processing Undertake any relevant post-processing;
f) Technical Products Delivery of technical products to the AMAC;
g) Technical Report Drafting of a (maximum of) 10,000 word technical report, describing in detail the calculation processes adopted.