loading
  • GB-WC1V 7LL London
  • 05.12.2014
  • Ausschreibung
  • (ID 2-183015)

Environmental and Social Impact Assessment for the Lake Albert Infrastructure Services project


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 05.12.2014, 17:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Art der Leistung Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    The draft contract and PQQ can be obtained from the Contact Person as per I.1 above — this is an EU Africa Infrastructure Trust Fund funded contract for consultancy services relating to the Lake Albert Infrastructure Services project. This engagement includes a complete Environmental and Social Impact Assessment of the Project.
    Adresse des Bauherren UK-WC1V 7LL London
    TED Dokumenten-Nr. 370246-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      InfraCo Africa Limited
      The Dutch House, 307-308 High Holborn
      eleQtra (InfraCo)
      Zu Händen von: Adam Camp
      WC1V 7LL
      London
      VEREINIGTES KÖNIGREICH
      MTVtYWsoZ1xkayhgbmRcO2BnYGxvbVwpXmpo

      Internet-Adresse(n):


      Hauptadresse des öffentlichen Auftraggebers: http://www.infracoafrica.com
      Weitere Auskünfte erteilen:
      die oben genannten Kontaktstellen

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      die oben genannten Kontaktstellen

      Angebote oder Teilnahmeanträge sind zu richten an:
      die oben genannten Kontaktstellen

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      71313200, 71313400

      Beschreibung
      Beratung im Bereich Schallschutz und Raumakustik.
      Umweltfolgenabschätzung im Bau.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      5.12.2014 - 17:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.

       

       




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      Contact point(s): For the attention of: E-mail: InfraCo Africa Limited The Dutch House, 307-308 High Holborn eleQtra (InfraCo) Adam Camp WC1V 7LLLondon UNITED KINGDOM MTJwZG4ral9nbitjcWdfPmNqY29ycF8sYW1r

      Internet address(es):
      General address of the contracting authority: http://www.infracoafrica.com

      Further information can be obtained from: The above mentioned contact point(s)
      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
      Tenders or requests to participate must be sent to: The above mentioned contact point(s)
      I.2) Type of the contracting authority
      Other: Project development company owned by the Private Infrastructure Development Group Trust (PIDG)

      I.3) Main activity
      Other: International development infrastructure projects

      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

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      Environmental and Social Impact Assessment for the Lake Albert Infrastructure Services project.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 11: Management consulting services [6] and related services
      Main site or location of works, place of delivery or of performance: In Hoima District in the country of Uganda.
      NUTS code

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves a public contract

      II.1.4) Information on framework agreement

      II.1.5) Short description of the contract or purchase(s)
      The draft contract and PQQ can be obtained from the Contact Person as per I.1 above — this is an EU Africa Infrastructure Trust Fund funded contract for consultancy services relating to the Lake Albert Infrastructure Services project. This engagement includes a complete Environmental and Social Impact Assessment of the Project.

      II.1.6) Common procurement vocabulary (CPV)
      71313200, 71313400

      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:

      II.2.2) Information about options
      Options: no

      II.2.3) Information about renewals
      This contract is subject to renewal: no

      II.3) Duration of the contract or time limit for completion
      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:
      Please see draft contract available with Pre-Qualification Questionnaire from Contact Point as I.1.

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payments under the contract to be procured will be funded from the EU Africa Infrastructure Trust Fund. See draft contract available with Pre-Qualification Questionnaire from Contact Point as I.1.

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      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
      Information and formalities necessary for evaluating if the requirements are met: Please see the Pre-Qualification Questionnaire from Contact Point as I.1.

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Please see the Pre-Qualification Questionnaire from Contact Point as I.1.

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Please see the Pre-Qualification Questionnaire from Contact Point as I.1.

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services 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: yes

      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
      Objective criteria for choosing the limited number of candidates: Please see the Pre-Qualification Questionnaire from Contact Point as I.1.

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      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:

      IV.3.2) Previous publication(s) concerning the same contract
      no

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

      IV.3.4) Time limit for receipt of tenders or requests to participate
      5.12.2014 - 17:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      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

      IV.3.8) Conditions for opening of tenders
      Section VI: Complementary information

      VI.1) Information about recurrence
      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: yes
      Reference to project(s) and/or programme(s): EU-Africa Infrastructure Trust Fund (EU-ITF).

      VI.3) Additional information
      Neither the PIDG Trust nor InfraCo are a 'Contracting Authority' for the purposes of the EU Directive 2004/18/EC relating to procurement and InfraCo is acting as a volunteer in following the UK implementing Public Contract Regulations (SI2006/5) ('Regulations') in complying with PIDG's procurement policy. In undertaking this procurement InfraCo intends to comply with best practice and EU core principles. The Services are of the type that would fall within Part B services under Schedule 3 of the Regulations' Category 27 (and as such only certain parts of the Regulations would apply). In this context InfraCo aims to procure the contract for the Services as though they were Part B Services. Submission of completed PQQs constitutes acceptance of the provisions of this document.

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures

      VI.4.2) Lodging of appeals

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      27.10.2014
       

       

       

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 30.10.2014
Zuletzt aktualisiert 30.10.2014
Wettbewerbs-ID 2-183015 Status Kostenpflichtig
Seitenaufrufe 83