Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Suffolk County Council
Russell Road
IP1 2BX Ipswich
United Kingdom
Telephone: +44 1473260450
E-mail: MjE1XlJjZVpfH1tWX19aX1hkMWRmV1dgXVwfWGBnH2Zc
Internet address(es):
General address of the contracting authority: www.suffolk.gov.uk
Address of the buyer profile: https://www.suffolksourcing.co.uk
Electronic access to information: https://www.suffolksourcing.co.uk
Electronic submission of tenders and requests to participate: https://www.suffolksourcing.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
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:
Ground Investigation.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Suffolk.
NUTS code UKH14
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 requirement of the 2 Lots is to determine an appropriate and concise ground model for the purposes of design by undertaking a ground investigation within the site boundaries. Lot 1 — The Upper Orwell Crossings Ground Investigation (Ipswich) Lot 2 — Lake Lothing Third Crossing Ground Investigation (Lowestoft).
II.1.6)Common procurement vocabulary (CPV)
45111250, 71351500, 71354500, 73112000
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:
Estimated value excluding VAT: 3 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: The Upper Orwell Crossings Ipswich
1)Short description
Ground investigation including marine investigation on the River Orwell in Ipswich.
2)Common procurement vocabulary (CPV)
45111250, 71351500, 71354500, 73112000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lake Lothing Third Crossing Lowestoft
1)Short description
Ground investigation including marine investigation on Lake Lothing in Lowestoft.
2)Common procurement vocabulary (CPV)
45111250, 71351500, 71354500, 73112000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
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: See Invitation to Tender Document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See Invitation to Tender Document.
Minimum level(s) of standards possibly required: See Invitation to Tender Document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See Invitation to Tender Document.
Minimum level(s) of standards possibly required:
See Invitation to Tender Document.
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
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:
CD1211
IV.3.2)Previous publication(s) concerning the same contract
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
13.3.2017 - 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
Date: 13.3.2017
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
Electronic ordering will be used.
Electronic invoicing will be accepted.
Electronic payment will be used.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Suffolk County Council
Endeavour House, 8 Russell Road
IP1 2BX Ipswich
United Kingdom
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Suffolk County Council incorporates a minimum 10 calendar day standstill period from the point at which information on the award of contract is communicated to the tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.
If an appeal regarding the award of contract has not been successfully resolved: The Public Contracts Regulations 2015 as amended provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
9.2.2017