loading
  • GB-NR33 0HT Lowestoft
  • 13.09.2017
  • Ausschreibung
  • (ID 2-275272)

ITT for Provision of Statutory Shellfish Monitoring Services for Scotland.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.09.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Umweltverträglichkeitsstudie / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    The Authority is looking for a supplier for the provision of statutory shellfish monitoring services for Scotland (sample collection, E.coli, phytoplankton and chemical contaminants). This is to support the work the Authority undertakes for Food Standards Scotland (FSS) who has a key role in safeguarding public health and animal welfare through delivery of official controls on food in Scotland.
    Leistungsumfang
    Cefas requires the Supplier to provide a high quality service for the provision of Chemical Contaminants Services as defined in relevant European and UK Legislation and further described in Annex 4 Lot 4.
    Adresse des Bauherren UK-NR33 0HT Lowestoft
    TED Dokumenten-Nr. 323840-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Lowestoft: Environmental monitoring other than for construction

      2017/S 156-323840

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Cefas
      Pakefield Road
      Lowestoft
      NR33 0HT
      United Kingdom
      Contact person: Tracy Haworth
      Telephone: +44 1502524576
      E-mail: 
      MTRfXWw8X2FiXW8qX2sqcWc=
      NUTS code: UK

      Internet address(es):

      Main address: www.cefas.co.uk

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Lowestoft:-Environmental-monitoring-other-than-for-construction./3M993N5G3W
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.delta-esourcing.com
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      Environment

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      ITT for Provision of Statutory Shellfish Monitoring Services for Scotland.

       

      Reference number: 271184341
      II.1.2)Main CPV code
      90711500
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Authority is looking for a supplier for the provision of statutory shellfish monitoring services for Scotland (sample collection, E.coli, phytoplankton and chemical contaminants). This is to support the work the Authority undertakes for Food Standards Scotland (FSS) who has a key role in safeguarding public health and animal welfare through delivery of official controls on food in Scotland.

       

      II.1.5)Estimated total value
      Value excluding VAT: 3 750 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots only
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      The contracting authority may award lots to 1 or more tenderer for any number of lots. The contracting authority reserves the right not to award any number of lots.

       

      II.2)Description
      II.2.1)Title:

       

      Sample collection — shellfish and water

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      90711500
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      Cefas requires the Supplier to provide a high quality Sample Collection service for various species of live bivalve molluscs and water as defined in relevant European and UK Legislation and further described in Annex 1 Lot 1.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 875 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      Possibility to extend by up to a further 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Phytoplankton Monitoring

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      90711500
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      Cefas requires the Supplier to provide a completely managed, high quality service for the provision of Phytoplankton Services as defined in relevant European and UK Legislation and further described in Annex 2 Lot.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 900 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      Extension up to another 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Ecoli Monitoring

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      90711500
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      Cefas requires the Supplier to provide a high quality service for the provision of E. coli Services as defined in relevant European and UK Legislation and further described in Annex 3 Lot 3.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 795 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      Extension for up to another 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Chemical Contaminants Monitoring

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      90711500
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      Cefas requires the Supplier to provide a high quality service for the provision of Chemical Contaminants Services as defined in relevant European and UK Legislation and further described in Annex 4 Lot 4.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 180 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      Extension of up to a further 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 13/09/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 5 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 13/09/2017
      Local time: 14:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

      For more information about this opportunity, please visit the Delta eSourcing portal at:

      https://www.delta-esourcing.com/tenders/UK-UK-Lowestoft:-Environmental-monitoring-other-than-for-construction./3M993N5G3W

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/3M993N5G3W

      GO Reference: GO-2017814-PRO-10836304.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Cefas
      Pakefield Road
      Lowestoft
      NR33 0HT
      United Kingdom
      Telephone: +44 1502527766
      VI.4.2)Body responsible for mediation procedures
      Cefas
      Pakefield Road
      Lowestoft
      NR33 0HT
      United Kingdom
      Telephone: +44 1502527766
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      Cefas
      Pakefield Road
      Lowestoft
      NR33 0HT
      United Kingdom
      Telephone: +44 1502527766
      VI.5)Date of dispatch of this notice:
      14/08/2017
    © 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 17.08.2017
Zuletzt aktualisiert 17.08.2017
Wettbewerbs-ID 2-275272 Status Kostenpflichtig
Seitenaufrufe 35