loading
  • GB-KY7 5LT Glenrothes
  • 14.04.2017
  • Ausschreibung
  • (ID 2-259219)

1191 Providion of Laboratory services for land and water contamination


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.04.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    This is a collaborative contract to meet the needs of a number of local authorities in respect of appointing a geo-environmental laboratory to carry out analysis of soil, soil leachability and water samples procured from geo-environmental site investigations.
    Leistungsumfang
    This is a collaborative Contract, Fife Council is the lead authority and the following Council's may utilise this Contract:
    Clackmannanshire Council.
    Dundee City Council.
    Falkirk Council.
    Perth and Kinross Council.
    The Services of a geo-environmental laboratory to carry out analysis of soil, soil leachability and water samples procured from geo-environmental investigations.
    Adresse des Bauherren UK-KY7 5LT Glenrothes
    TED Dokumenten-Nr. 99709-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Glenrothes: Environmental services

      2017/S 054-099709

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Fife Council
      Fife House, North Street
      Glenrothes
      KY7 5LT
      United Kingdom
      Contact person: Wendy Wylie
      Telephone: +44 3451550000
      E-mail: MTlOXGVbcCVucGNgXDddYF1cJV5mbSVsYg==
      NUTS code: UKM22

      Internet address(es):

      Main address: http://www.fifedirect.org.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

      I.1)Name and addresses
      Dundee City Council
      Dundee House, 50 North Lindsay Street
      Dundee
      DD1 1NZ
      United Kingdom
      Telephone: +44 1382434000
      E-mail: MThdaGpnW21qXWVdZmw4XG1mXF1dW2FscSZfZ24mbWM=
      Fax: +44 1382433045
      NUTS code: UKM21

      Internet address(es):

      Main address: www.dundeecity.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

      I.1)Name and addresses
      Clackmannanshire Council
      Kilncraigs, Greenside Street
      Alloa
      FK10 1EB
      United Kingdom
      Telephone: +44 1259450000
      E-mail: MTdJa2hcbmteZl5nbTlcZVpcZGwnYGhvJ25k
      Fax: +44 1259452230
      NUTS code: UKM22

      Internet address(es):

      Main address: http://www.clacksweb.org.uk/

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00260

      I.1)Name and addresses
      Falkirk Council
      Municipal Buildings, West Bridge Street
      Falkirk
      FK1 5RS
      United Kingdom
      Telephone: +44 1324506566
      E-mail: MTZqb2xdYlttY2hhOmBbZmVjbGUoYWlwKG9l
      NUTS code: UKM26

      Internet address(es):

      Main address: http://www.falkirk.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

      I.1)Name and addresses
      Perth & Kinross Council
      2 High Street
      Perth
      PH1 5PH
      United Kingdom
      Telephone: +44 1738475000
      E-mail: MTZdaWhubFtdbm06amVdKGFpcChvZQ==
      NUTS code: UKM27

      Internet address(es):

      Main address: http://www.pkc.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

      I.1)Name and addresses
      Fife Council
      Fife House, North Street
      Glenrothes
      KY7 5LT
      United Kingdom
      Telephone: +44 3451550000
      E-mail: MjE1Vl9iZlpjah9hY2BUZmNWXlZfZTFXWldWH1hgZx9mXA==
      NUTS code: UKM22

      Internet address(es):

      Main address: http://www.fifedirect.org.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

      I.2)Joint procurement
      The contract involves joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      Environment

      Section II: Object

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

       

      1191 Providion of Laboratory services for land and water contamination.

       

      Reference number: 1191
      II.1.2)Main CPV code
      90700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This is a collaborative contract to meet the needs of a number of local authorities in respect of appointing a geo-environmental laboratory to carry out analysis of soil, soil leachability and water samples procured from geo-environmental site investigations.

       

      II.1.5)Estimated total value
      Value excluding VAT: 186 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      90000000
      II.2.3)Place of performance
      NUTS code: UKM22
      Main site or place of performance:

       

      Sites within Clackmannanshire, Dundee, Falkirk, Fife, Perth & Kinross.

       

      II.2.4)Description of the procurement:

       

      This is a collaborative Contract, Fife Council is the lead authority and the following Council's may utilise this Contract:

      Clackmannanshire Council.

      Dundee City Council.

      Falkirk Council.

      Perth and Kinross Council.

      The Services of a geo-environmental laboratory to carry out analysis of soil, soil leachability and water samples procured from geo-environmental investigations.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Price - Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 186 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/05/2017
      End: 30/04/2020
      This contract is subject to renewal: yes
      Description of renewals:

       

      Contract may be extended in incremental periods, up to a maximum total period of 12 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
      List and brief description of conditions:

       

      UKAS Accredited laboratory & MCerts accredited (or other equivalent nationally recognised body) is mandatory.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      The Current Ratio will be applied — Current Assets will be divided by Current Liabilities. Tenderers are to provide their current assets and Current liabilities in relation to their published accounts for the last two years. Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer.

      Mandatory Insurance levels:

      Employer's Compulsory Liability Insurance 10 000 000 GBP.

      Public Liability Insurance 2 500 000 GBP.

      Professional Liability Insurance 250 000 GBP.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Where a tenderer is reliant on a subcontractor to meet the mandatory criteria, an espd must also be submitted for the subcontractor.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

       

      UKAS Accredited laboratory & MCerts accredited (or other equivalent nationally recognised body) is mandatory.

       

      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of 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
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      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: yes
      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: 14/04/2017
      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: 36 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 14/04/2017
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      Three years time, four years if extension period is used.

       

      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:

       

      Award criteria questions can be found in the ITT together with the weightings. Award scoring methodology will be the following:

      Scoring key:

      0 Very Poor — nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

      1 Poor — response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

      2 Acceptable — response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

      3 Good — response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

      4 Excellent — response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

      Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=482509

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      Successful Contractor may be requested to provide free of charge community benefits to each Local Authority, such as presentations on analytical methods or related topics to schools, community groups etc.

      (SC Ref:482509)

      Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=482509

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Fife Council
      Fife House, North Street
      Glenrothes
      KY7 5LT
      United Kingdom
      Telephone: +44 3451550000
      E-mail: MjE5ZFJbUWYbZGZZVlItU1ZTUhtUXGMbYlg=

      Internet address:http://www.fifedirect.org.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      Fife Council
      Fife House, North Street
      Glenrothes
      KY7 5LT
      United Kingdom
      E-mail: MjE5ZFJbUWYbZGZZVlItU1ZTUhtUXGMbYlg=
      VI.5)Date of dispatch of this notice:
      15/03/2017
    © 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 17.03.2017
Zuletzt aktualisiert 17.03.2017
Wettbewerbs-ID 2-259219 Status Kostenpflichtig
Seitenaufrufe 44