loading
  • GB-CF83 8WT Caerphilly
  • 26.08.2015
  • Ausschreibung
  • (ID 2-206316)

NPS Construction Consultancy Additional Services Framework — Phase 3


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.08.2015, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung allgemeine Beratungsleistungen / Sicherheits-/ Gesundheitsschutz / Bodenmechanik, Erd-/ Grundbau / Stadt-/ Gebietsplanung
    Sprache Englisch
    Aufgabe
    This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services ‘once for Wales’.
    The NPS on behalf of the Welsh public sector wishes to establish a Framework Agreement for the provision of Construction Consultancy Additional Services
    Tenderers are invited to bid to become a member of the Framework Agreement, comprising the following disciplines:
    1. Geotechnical Consultancy
    2. Ground and Water Contamination Consultancy
    3. Utility Consultancy
    4. Master Planning/Urban Design
    5. Nuclear Consultancy
    6. Health and Safety Consultancy
    7. Archaeological/Cultural Heritage Consultancy
    8. CEEQUAL Assessments
    9. Facilities Management Consultancy
    10. Residential Development Professional Services
    NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=29569
    Leistungsumfang
    The range of services covered by the framework are described within Annex B — Information About Lots.
    The framework will be let for a period of 48 months with the option to implement a break clause after 24 months and 36 months as described within the ITT documentation.
    Estimated value excluding VAT: Range: between 20 000 000 and 60 000 000 GBP
    Adresse des Bauherren UK-CF83 8WT Caerphilly
    TED Dokumenten-Nr. 266253-2015

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Caerphilly: Civil engineering consultancy services

      2015/S 144-266253

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      The Welsh Ministers (National Procurement Service)
      T'yr Afon, Bedwas Road
      Contact point(s): Professional Services Category
      CF83 8WT Caerphilly
      UNITED KINGDOM
      Telephone: +44 3007900170
      E-mail: MjIwWlxfXF5bUlFfX1VbWk1YX1FeYlVPUV8sY01YUV8aU19VGlNbYhphVw==

      Internet address(es):

      General address of the contracting authority: http://npswales.gov.uk

      Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA27760

      Electronic access to information: http://www.etenderwales.bravosolution.co.uk

      Electronic submission of tenders and requests to participate: http://www.etenderwales.bravosolution.co.uk

      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
      Ministry or any other national or federal authority, including their regional or local sub-divisions
      I.3)Main activity
      General public services
      Public order and safety
      Environment
      Economic and financial affairs
      Health
      Housing and community amenities
      Social protection
      Recreation, culture and religion
      Education
      I.4)Contract award on behalf of other contracting authorities

      The contracting authority is purchasing on behalf of other contracting authorities: yes

      The framework will be available to use by NPS member organisations http://npswales.gov.uk/about-us/customer-member-organisations?lang=en In addition the framework can also be used by Welsh Public sector organisations identified within the Invitation to Tender (ITT) documents

       

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      NPS Construction Consultancy Additional Services Framework — Phase 3.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
      Main site or location of works, place of delivery or of performance: Across Wales.

      NUTS code UKL

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement
      II.1.4)Information on framework agreement
      Framework agreement with several operators
      maximum number of participants to the framework agreement envisaged: 350

      Duration of the framework agreement

      Duration in months: 48

      Estimated total value of purchases for the entire duration of the framework agreement

      Estimated value excluding VAT: 
      Range: between 20 000 000 and 60 000 000 GBP
      II.1.5)Short description of the contract or purchase(s)
      This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services ‘once for Wales’.
      The NPS on behalf of the Welsh public sector wishes to establish a Framework Agreement for the provision of Construction Consultancy Additional Services
      Tenderers are invited to bid to become a member of the Framework Agreement, comprising the following disciplines:
      1. Geotechnical Consultancy
      2. Ground and Water Contamination Consultancy
      3. Utility Consultancy
      4. Master Planning/Urban Design
      5. Nuclear Consultancy
      6. Health and Safety Consultancy
      7. Archaeological/Cultural Heritage Consultancy
      8. CEEQUAL Assessments
      9. Facilities Management Consultancy
      10. Residential Development Professional Services

      NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://www.sell2wales.gov.uk/search/search_switch.aspx?ID=29569

      II.1.6)Common procurement vocabulary (CPV)

      713110007133200090733700650000007140000071317210713519147999310070111000

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes
      II.1.8)Lots
      This contract is divided into lots: yes
      Tenders may 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:
      The range of services covered by the framework are described within Annex B — Information About Lots.
      The framework will be let for a period of 48 months with the option to implement a break clause after 24 months and 36 months as described within the ITT documentation.
      Estimated value excluding VAT: 
      Range: between 20 000 000 and 60 000 000 GBP
      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

      Information about lots

      Lot No: 10 Lot title: Residential Development Professional Services
      1)Short description
      The NPS are seeking to appoint to the Framework Residential Development Professional Services Consultancies to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      70111000

      3)Quantity or scope
      — Strategic advice on residential development sites, including cost — effective ways of bringing residential and mixed-use sites to the market.
      — Phasing strategies and option analyses for disposals.
      — Transactional experience in residential development land within the subject regions.
      — Advice on appropriate development land mixes.
      — Knowledge and experience of the new-build residential sector.
      — Local market — based analyses.
      — Development and disposal strategies.
      — A combination of proven local expertise and the specialised knowledge.
      — Valuation reports compliant with RICS standards.
      — Strategic advice, including procurement and disposal of development.
      — Development consultancy and advice
      — Sales and disposals of interests in land,
      — Acquisition of interests in land including easements,
      — Property appraisals,
      — Red Book valuations.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be split into South East, South West and Mid/North Wales zones.
      Each zone will be further lotted on a fees basis as follows:
      0-25 000 GBP
      25 000+ GBP
      Lot No: 3 Lot title: Utility Consultancy
      1)Short description
      The NPS are seeking to appoint to the framework Utility Consultancy Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      65000000

      3)Quantity or scope
      — Production of Affordable and Sustainable Utility Studies, including Outline and Detailed Studies
      — Appraisal work
      — Contacting any / all Utility Provider (National / Local) to obtain detailed locations of apparatus, including utility maps & plans
      — Provision of collated apparatus location plans
      — Detailed assessment of utility capacities from all sources (including the assessment of the potential cost and timescales to implement)
      — Comparison of available Utility Provider
      — Provide advice on the merits of alternative solutions considered appropriate for projects to demonstrate the achievement of Best Value Recommend appropriate mitigation measures e.g. resilient techniques
      — Calculations and modelling to quantify the utility requirements including any offsite impacts
      — Cost Estimates
      — Preparation of work packages suitable to tender, procurement management, monitoring of survey works
      — Attend meetings
      — Advice Client on CDM Matters
      — Health Safety
      — Environment Management
      — Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be split into South East, South West and Mid/North Wales zones.
      Each zone will be further lotted on a fees basis as follows:
      0-25 000 GBP
      25 000+ GBP
      Lot No: 4 Lot title: Master Planning/Urban Design Consultancy
      1)Short description
      The NPS are seeking to appoint to the framework Master Planning / Urban Design Consultants Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      71410000

      3)Quantity or scope
      — If required take on the role of ‘Principal Designer’ in accordance with CDM 2015 Regulations.
      — Production of Master Planning / Urban Design concepts
      — 3D Visualisation plans / concepts
      — Design advice
      — Project Briefs
      — Specifications
      — Cost estimates
      — Provide affordable and sustainable designs and advice having regard to all current standards and regulations
      — Provide the client with plans and associated documents, including calculations to achieve a cost effective solutions as appropriate for the project
      — Provide advice on the merits of alternative solutions considered appropriate for projects to demonstrate the achievement of Best Value
      — Consider other master planning issues
      — Preparation of work packages suitable to tender, procurement management, of survey works
      — Attend meetings
      — Advice Client on CDM Matters
      — Health Safety
      — Environment Management
      — Expert witness
      — Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be split into South East, South West and Mid/North Wales zones.
      Each zone will be further lotted on a fees basis as follows:
      0-25 000 GBP
      25 000+ GBP
      Lot No: 6 Lot title: Health and Safety Consultancy
      1)Short description
      The NPS are seeking to appoint to the framework Health and Safety Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      71317210

      3)Quantity or scope
      — Provide advice and assist the client with his/her duties.
      — Provide services relevant to their discipline in building surveying & property management and associated works, for new build, refurbishment or upgrading projects
      — Carry out Provide a condition surveys / investigations on existing properties and or construction projects and report on findings having regard to all current safety standards and regulations
      — Provide reports, plans and associated documents, including calculations, capacities and costs as appropriate
      — Notify HSE on relevant projects
      — Co-ordinate health and safety aspects of design work and co-operate with others involved with the project from conception to completion
      — Facilitate good communication between client
      — Identify, collect and pass on pre/post-construction information
      — Prepare / update health and safety reports
      — Audit, and advice
      — Provide advice on the merits of alternative solutions considered appropriate for projects to demonstrate the achievement of Best Value
      — Attend meetings
      — Environment Management
      — Expert witness
      — Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be split into South East, South West and Mid/North Wales zones.
      Each zone will be further lotted on a fees basis as follows:
      0-25 000 GBP
      25 000+ GBP
      Lot No: 7 Lot title: Archaeological and Cultural Heritage Consultancy
      1)Short description
      The NPS are seeking to appoint to the framework Archaeological and Cultural Heritage Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      71351914

      3)Quantity or scope
      — Production of Archaeological and Cultural Heritage Assessments both desk top and intrusive
      — Archaeological and Cultural Heritage Surveys and Investigations
      — Design advice
      — Project Briefs
      — Specifications
      — Cost estimates
      — Provide affordable and sustainable designs and advice having regard to all current standards and regulations.
      — Provide the client with plans and associated documents, to achieve a cost effective solutions as appropriate for the project
      — Provide advice on the merits of alternative solutions considered appropriate for projects to demonstrate the achievement of Best Value
      — Consider other Archaeological and Cultural Heritage avoidance / mitigation measures
      — Preparation of work packages suitable to tender, procurement management, monitoring of survey / investigation works
      — Attend meetings
      — Advice Client on CDM Matters
      — Health Safety
      — Environment Management
      — Expert witness
      — Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be split into South East, South West and Mid/North Wales zones.
      Each zone will be further lotted on a fees basis as follows:
      0-25 000 GBP
      25 000+ GBP
      Lot No: 8 Lot title: CEEQUAL Assessments
      1)Short description
      The NPS are seeking to appoint to the framework CEEQUAL Assessment Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      71311000

      3)Quantity or scope
      — Pre assessment advice to set standard for best practice in sustainable civil engineering design, construction and operation
      — Review scheme information with regard to CEEQUAL criteria (current standards)
      — Provide pre assessment document indicating baseline rating and including suggested specification uplift, to meet required CEEQUAL rating
      — Provide support to ensure that tender documents meet the required standards
      — Review and comment as necessary on CEEQUAL issues as the design progresses
      — Attend design team meetings
      — Design and Procurement review and submit information for formal assessments
      — Provide interim reports indicating what has been achieved and list further requirement
      — Attend meeting
      — Determine outstanding information or issues raised during the formal assessment
      — Provide formal Design and Procurement Assessment
      — Submit to CEEQUAL for Design and Procurement Certification
      — Post Construction Review of as built drawings and specification against Design and Procurement information
      — Undertake site inspection to verify construction.
      — Undertake formal Post Construction Review assessment.
      — Issue to CEEQUAL for Post Construction Review Certification
      — Carry out the role of CEEQUAL Accredited Professional (AP) throughout the project as required
      — Attend meetings
      — Health Safety
      — Environment Management
      — Expert witness
      — Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be split into South East, South West and Mid/North Wales zones.
      Each zone will be further lotted on a fees basis as follows:
      0-25 000 GBP
      25 000+ GBP
      Lot No: 5 Lot title: Nuclear Consultancy
      1)Short description
      The NPS are seeking to appoint to the framework Nuclear Consultancy practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      98113100

      3)Quantity or scope
      — If required take on the role of ‘Principal Designer’ in accordance with CDM 2015 Regulations.
      — Project briefs
      — Specifications
      — Infrastructure design
      — Software
      — Event analysis/investigation (fault studies; post incident investigation and justification of continued operation)
      — Engineering analysis (fluids, structural integrity, thermal hydraulics, electronics, control and instrumentation)
      — Lifetime support
      — Plant modifications
      — Safety case authorship (AV1/AV2)
      — Life extension
      — Obsolescence Management
      — Project Management
      — Research Management
      — Independent Auditing
      — Cost estimates
      — Attend meetings
      — Advice Client on CDM Matters
      — Health safety
      — Environmental management
      — Expert witness
      — Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be an All Wales zone.
      Lot No: 9 Lot title: Facilities Management Consultancy
      1)Short description
      The NPS are seeking to appoint to the framework Facilities Management Consultancy Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      79993100

      3)Quantity or scope
      — Specific Operational Facilities Management experience
      — Access to benchmarking data for FM services
      — Detailed knowledge or FM market and Industry including standards (BIFM, ISO, BSI etc)
      — Ability to produce specifications for FM related services
      — Production of FM related performance management systems
      — Production of Contract Documents, SLA's etc
      — Mediation
      — Attend meetings
      — FM Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be an All Wales zone.
      Lot No: 2 Lot title: Ground and Water Contamination Consultancy
      1)Short description
      The NPS are seeking to appoint to the framework Ground and Water Contamination Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      90733700

      3)Quantity or scope
      — Production of Contamination Assessments utilising desk study techniques.
      — Preparation of detailed contamination assessments utilising acquired data for soil, groundwater and surface water and incorporating risk assessments to an appropriate level
      — Design guides and design codes
      — Soil and groundwater Surveys and Investigations
      — Design advice
      — Preparation of Conceptual Site Models
      — Project Briefs
      — Specifications
      — Cost estimates
      — Provide affordable and sustainable designs and advice having regard to all current standards and regulations
      — Provide the client with plans and associated documents, including calculations to achieve a cost effective solutions as appropriate for the project
      — Provide advice on the merits of alternative solutions considered appropriate for projects to demonstrate the achievement of Best Value
      — Consider other environmental issues
      — Preparation of work packages suitable to tender, procurement management, monitoring of survey / investigation works
      — Attend meetings
      — Advice Client on CDM Matters
      — Health & Safety
      — Environment Management
      — Expert witness
      — Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be split into South East, South West and Mid/North Wales zones.
      Each zone will be further lotted on a fees basis as follows:
      0-25 000 GBP
      25 000+ GBP
      Lot No: 1 Lot title: Geotechnical Consultancy
      1)Short description
      The NPS are seeking to appoint to the framework Geotechnical Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
      2)Common procurement vocabulary (CPV)

      71332000

      3)Quantity or scope
      — Production of Geotechnical Assessments utilising desk study techniques.
      — Preparation of detailed Geotechnical reports, both factual and interpretive
      — Geotechnical Surveys and Investigations
      — Soakaway and Permeability Surveys and Investigations
      — Design advice
      — Project Briefs
      — Specifications
      — Cost estimates
      — Provide affordable and sustainable designs and advice having regard to all current standards and regulations
      — Provide the client with plans and associated documents, including calculations to achieve a cost effective solutions as appropriate for the project
      — Provide advice on the merits of alternative solutions considered appropriate for projects to demonstrate the achievement of Best Value
      — Consider other Geotechnical issues
      — Geotechnical advice, assessments and implementation
      — Preparation of work packages suitable to tender, procurement management, monitoring of survey / investigation works
      — Attend meetings
      — Advice Client on CDM Matters
      — Health Safety
      — Environment Management
      — Expert witness
      — Training.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      The discipline will be split into South East, South West and Mid/North Wales zones.
      Each zone will be further lotted on a fees basis as follows:
      0-25 000 GBP
      25 000+ GBP

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As set out in the Invitation to Tender (ITT).
      The awarding authority reserves the right to request parent company and/or other guarantees of performance and financial liability.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in the Invitation to Tender (ITT).
      Payment terms will be indicated in the contract documents. Tenders to be priced in Sterling. Payment to be made in Sterling only.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      None specified. Save that in the case of a partnership or consortium or other group of more than one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as ‘prime contractor’ (and where more than one, on a joint and several liability basis). Where the contract is with a special purpose company with separate legal personality established for the project, the contracting authority will require sufficient guarantees to be given by participants in that company or their parents.
      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
      III.2.2)Economic and financial ability
      III.2.3)Technical capacity
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      III.3.2)Staff responsible for the execution of the service

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Open
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      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:
      NPS-PS-0028-15
      IV.3.2)Previous publication(s) concerning the same contract

      Prior information notice

      Notice number in the OJEU: 2014/S 233-410692 of 3.12.2014

      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
      26.8.2015 - 14:00
      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
      VI.2)Information about European Union funds
      VI.3)Additional information

      The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk

      — The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
      — Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
      — The User who performs the Registration becomes the Super User for the Organisation.
      — On registering on the Platform the Super User will select a username and will receive a password.
      — The Password will be sent by e-mail to the e-mail address that was specified in the User Details section of the Registration page.
      — In order to log-in to the Platform please enter your Username and Password.
      — Note: If you forget your Password then visit the homepage and click ‘Forgot your password?’
      — Registration should only be performed once for each Organisation.
      — If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
      — Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
      — Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
      HOW TO FIND THE ITT:
      — Once logged in you must click on ‘ITTs Open to all Suppliers’.
      — The etender references for this framework are:
      Project:30668
      MANDATORY ITTs
      The following ITTs must be completed by ALL Tenderers:
      itt_48614 — Qualification questionnaire
      itt_48615 — Generic questionnaire
      ITT's SPECIFIC TO EACH SUBJECT AREA
      The following ITTs must be completed by Tenderers wishing to bid for each subject area:
      itt_48616 — Geotechnical Consultancy
      itt_48617 — Ground and Water Contamination Consultancy
      itt_48618 — Utility Consultancy
      itt_48619 — Master Planning/Urban Design Consultancy
      itt_48620 — Nuclear Consultancy
      itt_48621 — Health and Safety Consultancy
      itt_48622 — Archaeological and Cultural Heritage Consultancy
      itt_48623 — CEEQUAL Assessments
      itt_48624 — Facilities Management Consultancy
      itt_48625 — Residential Development Professional Services
      — Click on the title to access summary details of the ITT. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT's’ on the home page.
      — You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

      If you have any queries regarding the requirements please message using the e-tenderwales message portal. If you are seeking help on using the etenderwales system please email the bravo solutions helpdesk at MjIwVFFYXCxOXk1iW19bWGFgVVtaGk9bGmFX or +44 8003684852

      If you require the documentation in an alternative format, please use the ‘Messages’ area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.
      (WA Ref:29569)
      Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
      Details about Community Benefits can be found in the ITT documentation.
      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:
      24.7.2015
    © 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 29.07.2015
Zuletzt aktualisiert 16.09.2015
Wettbewerbs-ID 2-206316 Status Kostenpflichtig
Seitenaufrufe 62