loading
  • GB-KT1 1EU Kingston
  • 22.09.2015
  • Ausschreibung
  • (ID 2-208960)

Mini-Hollands — LM1 Kingston Station & Hub, LM1a Cycle Bridge, NW2 Local Connectivity to Kingston Bridge


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 25.09.2015, 17:00 Bewerbungsschluss
    Schlusstermin für Unterlagen 22.09.2015, 12:00
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung sonstige / Objektplanung Gebäude / Wettbewerbsbetreuung / Technische Ausrüstung / Objektplanung Verkehrsanlagen / Objektplanung Ingenieurbauwerke
    Sprache Englisch
    Aufgabe
    Open procedure to procure consultancy support for Mini-Hollands — LM1 Kingston Station & Hub, LM1a Cycle Bridge, NW2 Local Connectivity to Kingston Bridge project.
    Leistungsumfang
    Open procedure to procure consultancy support for Mini-Hollands — LM1 Kingston Station & Hub, LM1a Cycle Bridge, NW2 Local Connectivity to Kingston Bridge project.
    Estimated value excluding VAT: Range: between 600 000 and 700 000 GBP
    Adresse des Bauherren UK-KT1 1EU Kingston
    TED Dokumenten-Nr. 301792-2015

  • Anzeigentext Ausschreibung

    maximieren

    • Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      The Royal Borough of Kingston upon Thames
      Guildhall, High Street
      For the attention of: Mr Phil Gardener
      KT1 1EU Kingston
      UNITED KINGDOM
      Telephone: +44 7891501893
      E-mail: MjIwXFRVWBpTTV5QUVpRXixXVVpTX2BbWhpTW2IaYVc=

      Internet address(es):

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

      Further information can be obtained from: The Royal Borough of Kingston upon Thames
      Guildhall, High Street
      For the attention of: Mr Phil Gardener
      KT1 1EU Kingston
      UNITED KINGDOM
      Telephone: +44 7891501893
      E-mail: MjE1YVlaXR9YUmNVVl9WYzFcWl9YZGVgXx9YYGcfZlw=

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Royal Borough of Kingston upon Thames
      Guildhall, High Street
      For the attention of: Mr Phil Gardener
      KT1 1EU Kingston
      UNITED KINGDOM
      Telephone: +44 7891501893
      E-mail: MjEwZl5fYiRdV2haW2RbaDZhX2RdaWplZCRdZWwka2E=

      Tenders or requests to participate must be sent to: The Royal Borough of Kingston upon Thames
      Guildhall, High Street
      For the attention of: Mr Phil Gardener
      KT1 1EU Kingston
      UNITED KINGDOM
      Telephone: +44 7891501893
      E-mail: MTNtZWZpK2Reb2Fia2JvPWhma2RwcWxrK2RscytyaA==

      I.2)Type of the contracting authority
      Regional or local authority
      I.3)Main activity
      General public services
      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:
      Mini-Hollands — LM1 Kingston Station & Hub, LM1a Cycle Bridge, NW2 Local Connectivity to Kingston Bridge.
      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

      NUTS code UKI22

      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)
      Open procedure to procure consultancy support for Mini-Hollands — LM1 Kingston Station & Hub, LM1a Cycle Bridge, NW2 Local Connectivity to Kingston Bridge project.
      II.1.6)Common procurement vocabulary (CPV)

      71000000712300007132000071220000712400007132100071242000

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): no
      II.1.8)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:
      Open procedure to procure consultancy support for Mini-Hollands — LM1 Kingston Station & Hub, LM1a Cycle Bridge, NW2 Local Connectivity to Kingston Bridge project.
      Estimated value excluding VAT: 
      Range: between 600 000 and 700 000 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

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Open to all operators that are able to pass economic, financial and technical tests described below.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      NEC 3 — Option A: Lump Sum priced contract with activity schedule.
      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: Open to all operators that are able to pass economic, financial and technical tests described below.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: The Council has set a minimum financial threshold of 1 000 000 GBP per annum (one million pounds) as the Turnover Threshold by reference to the estimated contract value of the procurement. This minimum financial threshold is set to ensure that the Tenderer's annual turnover is at least equal to the Turnover Threshold. The Council wishes to ensure that the contract will not excessively dominate the existing business of any Tenderer. Therefore, the turnover of the Tenderer for the contract should not be less than the Turnover Threshold. Where a Tenderer cannot meet the Turnover Test, letters of support from their parent company (or, in the case of consortium including Prime Contractor bids, the parent companies of the Lead Applicant and/or relevant consortium member/Significant Subcontractor) who can meet the Turnover Test may be deemed sufficient. The Council will review the financial information presented from an organisation's parent or Guarantor Company where a guarantee is confirmed.
      Minimum level(s) of standards possibly required: Ratio Review The financial ratio / figures will be calculated using the annual report and if applicable other financial documents that have been provided as requested. Gearing (%) Calculated as: Total Debt** x 100 **Taken as current and non-current external bank related loans. Fail= 70 % or higher The Council reserves the right to reject a tender if the Tenderer does not satisfy the Council's Minimum Standards relating to economic and financial standing as outlined in above. The Council reserves the right to send clarification questions to Tenderers on any part of the Financial and Economic information provided by the Tenderer.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      The Council requires the Tenderer to demonstrate it has carried out similar contracts in its previous 3 financial years with public sector bodies or similar clients. Where Tenderers are not able to provide at least one example they will be asked to provide an explanation that includes a description of their Business Plan and details how this contract opportunity fits in with that Business Plan. Tenderers that do not pass this Contract Test will not be considered further.
      Minimum level(s) of standards possibly required:
      The Council requires the Tenderer to demonstrate it has carried out similar contracts in its previous 3 financial years with public sector bodies or similar clients. Where Tenderers are not able to provide at least 1 example they will be asked to provide an explanation that includes a description of their Business Plan and details how this contract opportunity fits in with that Business Plan. Tenderers that do not pass this Contract Test will not be considered further.
      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: no

      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
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
      IV.2)Award criteria
      IV.2.1)Award criteria

      The most economically advantageous tender in terms of the criteria stated below

      1. Price. Weighting 30

      2. Quality. Weighting 70

       

      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:
      0050
      IV.3.2)Previous publication(s) concerning the same contract
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 22.9.2015 - 12:00
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      25.9.2015 - 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
      Duration in months: 9 (from the date stated for receipt of tender)
      IV.3.8)Conditions for opening of tenders
      Date: 28.9.2015 - 11:00

      Place: Royal Borough of Kingston upon Thames
      Guildhall, 2 High St
      KT1 1EU Kingston upon Thames
      UNITED KINGDOM

      Persons authorised to be present at the opening of tenders: yes
      Additional information about authorised persons and opening procedure: Representative of RBK 's Democratic Services.

      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: no
      VI.3)Additional information

      Form of Contract for LM.1 & LM.1a Kingston Station Hub & Plaza / Cycle Bridge and NW.2 Local Connectivity to Kingston Bridge. The resulting contract will be based on the NEC3 Professional Services Contract together with the Option Clauses and Z Clauses identified in the Contract Data document attached to the tender. The core clauses of the NEC3 Professional Services Contract can be viewed by following this process:1) Visit the website https://www.neccontract.com/Products/Contracts/Professional-Services-Contract/NEC3-Professional-Services-Contract-PSC2) If you are a new user you will need to go through the registration process or login if an existing user3) Go to the Contracts page and select the PSC (Professional Service Contract) e-View and add it to your basket. 4) Go to purchase it but the discount code KCCPSC. This will ensure you get a 100 % discount off of this product. (The code will only work against the PSC e-view bundle)5) You will receive 2 e-mails; one telling you how to install the viewing software and a second with the actual files6) This access will be valid for four months.

      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:
      24.8.2015
    © 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 27.08.2015
Zuletzt aktualisiert 13.10.2015
Wettbewerbs-ID 2-208960 Status Kostenpflichtig
Seitenaufrufe 77