loading
  • GB-KT1 2DN Kingston upon Thames
  • 24.11.2016
  • Ausschreibung
  • (ID 2-246607)

SCC APC Nexus Parcel 1 (Phase 2) Professional Consultancy Services: Project Management


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.11.2016, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 4
    Art der Leistung Objektplanung Gebäude / Bauleistung
    Sprache Englisch
    Aufgabe
    The Nexus Site, known as the Former Thales site, Gatwick Road was acquired by Surrey County Council (SCC) following approval by Cabinet on 4 February 2014. The site, identified and acquired by SCC in March 2014 is situated within close proximity to J10 of the M23, and within an established business quarter benefitting from regular bus routes to Gatwick Airport and rail station.
    This land is also suited to additional services being accommodated on site and in particular any future implemented work streams of the Public Service Transformation Network (PSTN).Thus, whilst the site is larger than immediately required, it provides resilience to anticipated future demands.
    The aim of Nexus Phase 2 (Parcel 1) is to deliver a Design and Build of production and training facilities. Production facility Circa 7,068 m² Gross External Area (GEA); Training facility Circa 7,634 m² Gross External Area (GEA) with ancillary site wide infrastructure; car parking and landscaping delivered under the NEC 3 Form of Contract — Option A. Fixed Contract with Activity Schedule.
    The site is now at the stage where the engagement of professional personnel in respect of Project Management Services is required to ensure the successful on time, on budget delivery of this phase of the Works.
    The Contract term will be 1 year and 8 months and from the commencement date of the Agreement.
    Adresse des Bauherren UK-KT1 2DN Kingston upon Thames
    TED Dokumenten-Nr. 377358-2016

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Kingston upon Thames: Architectural, construction, engineering and inspection services

      2016/S 208-377358

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Surrey County Council
      County Hall, Penrhyn Road
      Contact point(s): NUTS Code — UKJ2, SCC Procurement Sourcing
      KT1 2DN Kingston upon Thames
      United Kingdom
      Telephone: +44 2085419000
      E-mail: MTFvcW5idHFkbGRtcy1ybnRxYmhtZj9ydHFxZHhiYi1mbnUtdGo=

      Internet address(es):

      General address of the contracting authority: https://in-tendhost.co.uk/sesharedservices/aspx/Home

      Address of the buyer profile: http://www.surreycc.gov.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
      Regional or local authority
      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
      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:
      SCC APC Nexus Parcel 1 (Phase 2) Professional Consultancy Services: Project Management.
      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 UKJ2

      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 Nexus Site, known as the Former Thales site, Gatwick Road was acquired by Surrey County Council (SCC) following approval by Cabinet on 4 February 2014. The site, identified and acquired by SCC in March 2014 is situated within close proximity to J10 of the M23, and within an established business quarter benefitting from regular bus routes to Gatwick Airport and rail station.
      This land is also suited to additional services being accommodated on site and in particular any future implemented work streams of the Public Service Transformation Network (PSTN).Thus, whilst the site is larger than immediately required, it provides resilience to anticipated future demands.
      The aim of Nexus Phase 2 (Parcel 1) is to deliver a Design and Build of production and training facilities. Production facility Circa 7,068 m² Gross External Area (GEA); Training facility Circa 7,634 m² Gross External Area (GEA) with ancillary site wide infrastructure; car parking and landscaping delivered under the NEC 3 Form of Contract — Option A. Fixed Contract with Activity Schedule.
      The site is now at the stage where the engagement of professional personnel in respect of Project Management Services is required to ensure the successful on time, on budget delivery of this phase of the Works.
      The Contract term will be 1 year and 8 months and from the commencement date of the Agreement.
      II.1.6)Common procurement vocabulary (CPV)

      7100000071530000715000007222400071541000

      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: 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
      II.2.3)Information about renewals
      II.3)Duration of the contract or time limit for completion
      Duration in months: 20 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The contracting authority reserves the right to request a collateral warranty, deposits, guarantees or other forms of security.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Further detail on the relevant aspects of the financing and payment approach will be provided in the Invitation to Tender documents.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Conditions relating to the contract — additional collateral warranty will be required.
      III.1.4)Other particular conditions
      The performance of the contract is subject to particular conditions: yes
      Description of particular conditions: Conditions relating to the contract — additional collateral warranty will be required.
      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: Any such requirements will be included in the tender documents.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the tender documents.
      Minimum level(s) of standards possibly required: Any such requirements will be included in the tender documents.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Any such requirements will be included in the tender documents.
      Minimum level(s) of standards possibly required:
      Any such requirements will be included in the tender documents.
      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: yes
      Reference to the relevant law, regulation or administrative provision: Construction Project Management Services under the auspices of the New Engineering and Construction Contract (NEC 3).
      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
      Accelerated restricted
      Justification for the choice of accelerated procedure: The justification for using the accelerated restricted procedure is to meet the tight timescales; to meet the demands of the construction programme.
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 3: and maximum number 4
      Objective criteria for choosing the limited number of candidates: Scored and Pass / Fail questions as set out in the pre-qualification questionnaire.
      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:
      SCC - 011078
      IV.3.2)Previous publication(s) concerning the same contract
      no
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      24.11.2016 - 12:00
      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: no
      VI.3)Additional information
      This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal.

      https://www.sesharedservices.org.uk/esourcing/opportunities

      The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal allows for tender clarifications and submitting your bid electronically.
      In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.
      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:
      25.10.2016
    © 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 27.10.2016
Zuletzt aktualisiert 27.10.2016
Wettbewerbs-ID 2-246607 Status Kostenpflichtig
Seitenaufrufe 44