loading
  • GB-NG18 4RG Mansfield
  • 16.05.2017
  • Ausschreibung
  • (ID 2-262440)

Non-Exclusive Framework Contract for The Provision of Engineering Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.05.2017, 17:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 10
    Art der Leistung Objektplanung Gebäude / sonstige / Studien, Gutachten / allgemeine Beratungsleistungen / Sicherheits-/ Gesundheitsschutz / Bodenmechanik, Erd-/ Grundbau / Vermessung / Bauleitung, Objektüberwachung / Objektplanung Ver-/ Entsorgung
    Sprache Englisch
    Aufgabe
    A Non-Exclusive Framework Contract for The Provision of Engineering Services to support the Authority's work of remedying the effects of past mining activity.
    Leistungsumfang
    Examination of Plans of past mine workings to identify which mining has affected a property.
    Calculations to identify the amount and direction of tilt. (These calculations will be undertaken using any site specific models which may be available and historical mining information will be provided by the Authority, where available.)
    Use of Site specific models derived from knowledge of the behaviour of ground movement in different areas throughout the UK.
    In addition to the cumulative effects of all relevant mining, Calculation of values for the build-up of tilt through time. (This will enable the Authority to identify the tilt for which they have a liability.)
    Comparison of calculated and measured tilts (Where it is believed that tilt in a structure has not been caused by mining, then that advice is to be given to the Authority to identify the tilt for which it has a liability).
    Reporting of possible abnormal movement in an area as a result, for example, of fault movement.
    Adresse des Bauherren UK-NG18 4RG Mansfield
    TED Dokumenten-Nr. 142470-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Mansfield: Engineering services

      2017/S 074-142470

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Coal Authority
      200 Lichfield Lane
      Mansfield
      NG18 4RG
      United Kingdom
      Contact person: Gareth Billings
      Telephone: +44 1623637280
      E-mail: MTZhW2xfbmJcY2ZmY2hhbTpdaVtmKGFpcChvZQ==
      Fax: +44 1623622072
      NUTS code: UK

      Internet address(es):

      Main address: www.coal.gov.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.coal.bravosolution.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.coal.bravosolution.co.uk
      Tenders or requests to participate must be submitted to the abovementioned address
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.coal.bravosolution.co.uk
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Environment

      Section II: Object

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

       

      Non-Exclusive Framework Contract for The Provision of Engineering Services.

       

      Reference number: CA18/2524
      II.1.2)Main CPV code
      71300000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      A Non-Exclusive Framework Contract for The Provision of Engineering Services to support the Authority's work of remedying the effects of past mining activity.

       

      II.1.5)Estimated total value
      Value excluding VAT: 6 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      Maximum number of lots that may be awarded to one tenderer: 14
      II.2)Description
      II.2.1)Title:

       

      Civil and Structural Engineering

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71311000
      71312000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Provision of civil and structural services across the portfolio of Coal Authority works. Works could range from small domestic properties to larger schemes affecting a wider area and public infrastructure and buildings.

      It is envisaged that the services may comprise:

      — Structural assessment of a diverse range of structures within Coal Authority ownership or those affected by historic mining. This could include investigation as to the causes of failure, quantification of damage, provision of design solutions.

      — General civil and structural design.

      — Supervision of construction or remedial works.

      — Scoping and undertaking ground investigations.

      — Geotechnical analysis and design.

      — Inspection and monitoring of mining spoil heaps.

      — Drainage assessment and design.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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:

       

      Hydrogeology

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71351900
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Provision of advice to the Authority on hydrogeological matters related to the effects of past mining legacy throughout the UK.

      This covers assessment and investigation of the environmental impacts from mine water related issues including:

      — Water Flows and discharges,

      — Water chemistry and contamination issues,

      — Waste disposal and colliery spoil sites,

      — Mine gas,

      — Recovery of geothermal energy.

      (Ground source heat) from mine workings.

      The production of soundly based technical reports to support litigation/arbitration procedures and where appropriate provide an expert witness in respect of hydro-geology matters with a thorough working knowledge of all relevant legislation.

      There may also be the requirement to undertake on-site supervision and management of any works.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Archaeological Services

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71351914
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      To provide advice and input upon the full range of potential archaeological issues related to the development of projects. This will include liaison with consultees and the development of statements, plans and studies, and will involve input to planning applications and associated materials such as environmental impact assessments.

      The services may include:

      — Desk-based assessments,

      — Archive research and interrogation,

      — Report writing,

      — Field-based survey and assessment methods,

      — Watching Brief services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Ecology and Environmental

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71240000
      71200000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      To provide advice to the Authority on environmental and ecological matters. This will include a full range of environmental and ecological services ranging from, but not limited to:

      — Undertaking field surveys and writing reports,

      — Licensed handling of ‘protected species’, developing mitigation plans,

      — Developing environmental action plans,

      — Assessment of the impact of proposed works (non-technical summaries through to full Environmental Impact Assessments),

      — Application for permits,

      — Liaison with statutory bodies,

      — Environmental audits and the provision of advice on environmental systems and implementation,

      — Environmental legislation and best practice.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Planning Services

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71240000
      71200000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      To provide the following range of services:

      — Preparation of planning scoping/feasibility studies for potential future development schemes,

      — Negotiation with local planning authorities regarding planning requirements for development schemes ,including Permitted Development Rights,

      — Community consultation events on development schemes,

      — Preparation and submission of planning applications, including those requiring Environmental Statements,

      — Preparation of the necessary written evidence and statements together with attendance at planning appeals and inquiries,

      — Preparation and submission of development plan representations on behalf of the Authority,

      — Preparation and submission of consultation responses on behalf of the Authority as a statutory consultee.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Mine water Treatment Schemes — Scoping, Feasibility and Design

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      To provide professional services, throughout project life-cycles of scoping/feasibility/outline design/detailed design stages, including assessment of whole life costs, target cost development, delivery of pre-construction enabling investigation works, project management of the construction of mine water treatment projects, and post-project review work.

      The scale of projects will vary from small refurbishment of existing schemes to delivery of new schemes treating coal and metal mine influenced water.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Land Drainage: Agricultural and Specialist

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71310000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Investigation, assessment of condition and preparation of remedial drainage schemes for agricultural land.

      Inspection, assessment of condition, design / supervision of remedial works to pumping stations, including calculation of commuted sums where applicable.

      Assessment, design and implementation of construction works for rivers and canals, irrigation and sewage schemes including storm water attenuation.

      Inspection, assessment of condition, and maintenance of sedimentation ponds, flow balancing ponds and wetland schemes, and design / supervision of new facilities, where applicable.

      Design and supervision of arterial drainage schemes including hydrological and hydraulic studies.

      Assessment of the effects of mining subsidence on surface water courses, lakes, dams and weirs.

      Preparation of reports, recommendations and budget cost estimates for remedial works.

      Provide on-site supervisory expertise and management of remedial works.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Safety, Health and Environment (SHE)

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71317200
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Specialist construction Safety, Health and Environment (SHE) advisers to support internal project managers in fulfilling The Authority's clients and principal designer's duties under Construction (Design and Management)Regulations 2015 (CDM 2015) and provide advice in undertaking work under the Mines Regulations 2014(Mines Regulations).

      This will entail fulfilling specific duties such as:

      — CDM 2015 — Preparing pre-construction information, undertaking design reviews, reviewing construction phase plans and collating health and safety files. It also includes completing SHE audits of construction activities.

      — Mines Regulations — assessing the competence of mine operators and suitability of the health and safety document prepared for the purpose of undertaking work in a mine.

      In addition, general SHE advice on any related issues that may arise both in relation to existing and future safety, health and environmental law may be required.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Cost Benefit Analysis

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71300000
      71241000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Provision of research and write-up of cost benefit analysis reports to assist with the prioritisation of existing/potential treatment schemes which remediate and prevent water pollution from historic coal and metal mine workings, with the aim of improving water-body status under the Water Framework Directive.

      The Cost Benefit services are likely to involve:

      — Site visits.

      — Assessments undertaken using the Authority's methodology for cost benefits which considers the following categories: Property prices and regeneration, abstraction, Informal recreation, in-stream recreation, angling, heritage, biodiversity and local benefits.

      These services will be used to determine what the benefits of developing, or in some cases refurbishing, a mine water treatment scheme are in comparison to the cost of building and operating a treatment site.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      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:

       

      Treatability

       

      Lot No: 10
      II.2.2)Additional CPV code(s)
      71320000
      90000000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Provision of advice in relation to current mine water treatment systems/ technologies/ methodologies (both active and passive treatment schemes) and/or those which are currently being developed by researchers that could be employed at abandoned mine sites.

      The Authority are also investigating sites where diffuse pollution from spoil tips, tailings dams and/or abandoned ore processing areas are considered to be impacting surface waters. Consequently, advice may also be sought for the remediation of mine spoils, and other sources of diffuse metal pollutants, at sites on the current non-coal programme.

      In order to assess the most appropriate treatment methodology for any particular site, advice may also besought for the design of small-scale treatment trials, both in the laboratory and in the field, for the removal of targeted metals. Furthermore, quotations may also be requested for the operation of said treatment trials, in addition to the interpretation and reporting of the results.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Waste Characterisation and Management Services

       

      Lot No: 11
      II.2.2)Additional CPV code(s)
      71800000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Provide advice under all relevant EU Waste Framework Directive legislation and regulations including The Waste (England and Wales) Regulations (2011) and The Waste (Scotland) Regulations (2014).

      — Characterising the chemical and physical properties of waste.

      — Classifying waste before it is collected, disposed of or recovered.

      — Identifying the controls that apply to the storage and movement of waste.

      — Identification and completion of waste documents and records

      — Identification of suitable authorised waste management options including re-use, recycling and recovery.

      — Identification of potential hazards and mitigation measures to prevent harm to people and the environment

      In addition, general waste management advice on any related issues that may arise both in relation to existing and future safety, health and environmental law may also be required.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Supervisory Services

       

      Lot No: 12
      II.2.2)Additional CPV code(s)
      71520000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The provision of NEC Project Manager and/or NEC Supervisor services for the construction phase of new build and refurbishment mine water treatment schemes and other remedial projects.

      Services shall be to undertake and discharge duties and obligations as defined in the NEC family of contracts.

      Further services may include review of NEC contract documentation prior to issuing to Contractors and participation in the review of submissions prior to award.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Surveying: Topographical and Surface Hazards

       

      Lot No: 13
      II.2.2)Additional CPV code(s)
      71355000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Detailed site surveys of land (including Tips), detailed levelling surveys around properties, with measurements as necessary. The surveys shall pick up all topographical features within the specified area of interest.

      Some surveys may also be required in 3 dimensional electronic data capture to allow volumetric analysis to provide cut and fill volumes in design work and will also be required for construction activities. These surveys shall pick up all topographical features within the area of interest, surveyed in such a way to enable an accurate 3-dimensional ground model to be generated. Such surveys that are required to be used for future setting out (such as for construction of a Mine Water Treatment Scheme) and must comply with site reference point conditions.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Surveying: Tilt Analysis

       

      Lot No: 14
      II.2.2)Additional CPV code(s)
      71355000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Examination of Plans of past mine workings to identify which mining has affected a property.

      Calculations to identify the amount and direction of tilt. (These calculations will be undertaken using any site specific models which may be available and historical mining information will be provided by the Authority, where available.)

      Use of Site specific models derived from knowledge of the behaviour of ground movement in different areas throughout the UK.

      In addition to the cumulative effects of all relevant mining, Calculation of values for the build-up of tilt through time. (This will enable the Authority to identify the tilt for which they have a liability.)

      Comparison of calculated and measured tilts (Where it is believed that tilt in a structure has not been caused by mining, then that advice is to be given to the Authority to identify the tilt for which it has a liability).

      Reporting of possible abnormal movement in an area as a result, for example, of fault movement.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal process undertaken prior to expiry.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 10
      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:

       

      Details of any requirements necessary will be included in the tender documents.

       

      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:

       

      Details of any requirements necessary will be included in the tender documents.

       

      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
      Restricted 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 several operators
      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
      Notice number in the OJ S: 2017/S 060-111994
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 16/05/2017
      Local time: 17:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 03/07/2017
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

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

       

      2021.

       

      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 intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.

      Details of any requirements necessary will be included in the tender documents.

      Electronic ordering will be used and/or electronic invoicing will be accepted and or electronic payments will be used.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      NA
      NA
      United Kingdom
      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
      VI.5)Date of dispatch of this notice:
      11/04/2017
    © 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 18.04.2017
Zuletzt aktualisiert 18.04.2017
Wettbewerbs-ID 2-262440 Status Kostenpflichtig
Seitenaufrufe 35