We use cookies on our site to analyze traffic, enhance your experience, and provide you with tailored content.

For more information visit our privacy policy.

Scope of Requirements Sample Clauses

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. Xxx 0 Xxxxxxxxxx, Xxxxxxxxxx, 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 electronic and digital postal services. These may reduce or increase in the duration of the 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 All envelopes utilised must be able to include a return address if requested by the Framework Public Body. 8.10 The Contractor shall identify areas open to improvement, report and regularly update the Framework Public Bodies on all areas. 8.11 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. 8.12 Lot 2 - Hybrid Mail 8.12.1 The Contractor shall provide an off site hybrid mail service via a web-based or cloud hosted solution allowing a fully digital process up to the point of print. 8.12.2 The Contractor shall work with Framework Public Bodies (via their dedicated Account Manager – see paragraph 18.2) to understand their existing equipment and processes and provide innovative proposals to improve the solution offered. 8.12.3 The Contractor’s solution must be capable of accommodating the requirements of the Framework Public Body. 8.12.4 Unless otherw...
Scope of Requirements.  Offer Planner mentorship for Container terminal operations, including Berth allocation, equipment and people and other resource allocation, integrated planning and problem solving for planning related issues;  Working with TPT Planning personnel on a daily and ongoing basis and providing guidance on how to apply effective planning techniques to maximize terminal and supply chain efficiencies;  Offer Business continuity by being able to replace TPT Planning personnel for certain periods while they attend training;  Offer a structured performance management process that will assess, develop and review planners;  Recommend- interventions where planners are not performing at a satisfactory level. The development and execution of Planner Mentorship so that these mentors will be able to provide the following:  Provide effective planner mentorship in the various terminals;  Apply evaluation techniques and learner performance assessments for planners;  Ensure that planners observe work safety, environmental, and quality practices when planning;  Develop and apply training material- learner guide, trainer guide, presentation slides, exercises and assessments/tests. The ability to execute the following planning tasks:
Scope of RequirementsThis Contract is for the supply and storage of air quality housing and enclosures of different sizes. The contract requires the Contractor to supply housings up to the numbers specified in Table 2 below. In addition, the Supplier shall have the capability to produce bespoke housings within defined size ranges and with different architectural qualities as set out below. The Supplier shall provide storage of all goods until delivery is required.
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. 3.1 The service provider must be able to provide the required services on an “as and when required basis” and must be available 24 hours per day, 7 days per week, including weekends and Public Holidays (inclusive of New Year’s Day, Worker’s Day and Christmas Day), in order to support TPT’s 24 hour operations. 3.2 The service provider shall be required to load manganese ore by means of front end loaders into 20-25 ton skips and transport the manganese ore using flatbed trucks from the warehouse to the quayside at the Multi-Purpose Terminal, Port of Saldanha (hereinafter referred to as “the Multi- Purpose Terminal”) and the TFR Salkor Yard The cycle is estimated to be, but not limited to a round trip of 200 meters from the MPT Warehouse to the MPT Quayside and 16 kilometers from the TFR Salkor Yard to the MPT Quayside. 3.3 The intended operation is as follows: 3.3.1 The service provider shall be required to reclaim manganese ore into skips at the warehouse of the Multi-Purpose Terminal/TFR Salkor Yard by means of front end loaders. 3.3.2 The service provider shall transport the loaded skips by means of flatbed trucks to the Multi- Purpose Terminal/TFR Salkor Yard. 3.3.3 The skips shall be emptied into a Vessel at the quayside of the Saldanha Multi-Purpose Terminal. (The vessels shall render this service) 3.3.4 The service provider shall transport the empty skips to the warehouse for reloading. 3.4 The provision of services by the service provider is further subject to: 3.4.1 Weather permitting (conditions); 3.4.2 Vessel delays; 3.4.3 Equipment failure/breakdowns; 3.4.4 Client lack of planning; 3.4.5 Volume fluctuations; 3.4.6 Operational delays. 3.4.7 The abovementioned is not an exhaustive list of delays or challenges that may be experienced. The delays will interrupt the provision of services or result in a cancellation of requests for services. 3.4.8 TPT will not be liable for any costs attached to any associated delays. 3.5 The service provider will be required to provide the following: 3.5.1 The service provider must have a minimum of 2 Front End Loaders with a minimum bin load capacity of 4 cubic meters (owned, to be leased or against an existing lease agreement) available. 3.5.2 Based on customer demands and volumes, equipment demands fluctuate. Demands are for a maximum 12 flatbed trucks and trailers and a minimum of 9 flatbed trucks and trailers. Due to fluctuations in volumes of manganese ore, the service provider shall be required to support produ...
Scope of RequirementsThe service provider shall enter into a Professional Services Agreement to support the strategic Estate management of the Trust. The scope of that appointment shall be specific to the provision of professional support for the scoping, delivery and completion of mechanical engineering* projects across the Trust Estate portfolio. (*& associated works) For the avoidance of doubt, this professional service agreement does not guarantee that the service provider shall be awarded project(s) to deliver for and on behalf of the Trust. It is the intent of the Trust that this professional services agreement will provide a compliant route to market, enabling the Trust to benefit from an enhanced commercial agility to outline project(s) for delivery and swiftly call upon a pre-appointed service provider partner to execute the project(s) in a timely and efficient manner for and on behalf of the Trust. The project(s) will focus upon the replacement, refurbishment and/or upgrade of the mechanical engineering systems across the portfolio of properties within the Trust estate. The service provider shall provide to the Trust professional support, which may include but may not be limited to the following core elements:
Scope of Requirements. 1.1. The scope of Lot 7 will deliver a full suite of service lines capable of fulfilling the broad range of Contracting Authority requirements for the Collection, Transportation and Delivery of Radioactive Materials 1.2. The Core Requirements under this Lot are defined but not limited to the Collection, Transportation and Delivery of Radioactive Materials (UN Class 7) as detailed below: 1.2.1. UN Class 7 Radioactive Materials; 1.2.2. UN Class 7, High Consequence Radioactive Material. 1.3. In addition, the Supplier may be required to collect or deliver various consignment types from within Europe and international locations as required by the Contracting Authority this may include the service of a freight forwarder. 1.4. This includes a same day, next day, scheduled ad-hoc and emergency - time critical service. Sites and locations may include but are not limited to: 1.4.1. Civil nuclear licensed sites; 1.4.2. Defence sites (licensed and non-licensed); 1.4.3. Non-nuclear facilities and users e.g. hospitals, laboratories and medical facilities. 1.4.4. This list is not exhaustive and the Supplier shall be required to collect and deliver to sites and locations stipulated by the Contracting Authority at Further Competition.
Scope of Requirements. The RAF seeks to appoint a courier service provider or providers to assist with the distribution/ delivery of documents, files and/ or parcels of varying sizes nationally and internationally on a need basis over a period of three (3) years. The bidder must have a national and regional footprint. Generally the distribution is between:  the RAF Head Office;  regional Offices;  Satellite Offices;  customer and Hospital Service Centers;  various other destinations;  collection and delivery of documents and other goods between the regional offices; and  claimants (Annexure A).