loading
  • GB-CT18 8XX Folkestone
  • 12.05.2017
  • Ausschreibung
  • (ID 2-263254)

Outline and Detailed Design of Infrastructure to achieve extra capacity on the Folkestone UK Terminal


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.05.2017 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Verkehr
    Art der Leistung Kontrolle, Monitoring / Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    Outline Design (APS) and Detailed Design (APD) of Infrastructure to achieve extra capacity on the Folkestone UK Terminal for the following Lots:
    Lot UK01: New Platforms on the UK Terminal at Folkestone,
    Lot UK02: Overbridge Widening on the UK Terminal at Folkestone,
    Lot UK03: Front Rake Allocation Area Widening on the UK Terminal.
    Leistungsumfang
    Lot UK01: New Platforms on the UK Terminal at Folkestone
    Project Management mission for Outline and Detailed Design of additional platforms to achieve extra capacity.
    Lot UK02: Overbridge Widening on the UK Terminal at Folkestone
    Project Management mission for Outline and Detailed Design of the widening of the existing Overbridges to achieve extra capacity.
    Lot UK03: Front Rake Allocation Area Widening on the UK Terminal
    Project Management mission for Outline and Detailed Design of the widening of the Front Rake Allocation Lanes area to achieve extra capacity.
    All lots include: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
    The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
    Adresse des Bauherren UK-CT18 8XX Folkestone
    TED Dokumenten-Nr. 155363-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Folkestone: Architectural, construction, engineering and inspection services

      2017/S 080-155363

      Contract notice – utilities

      Services

      Directive 2004/17/EC

      Section I: Contracting entity

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

      Eurotunnel
      UK Terminal, Ashford Road, Kent
      For the attention of: Mr Keith Seddon, Mrs Tracy MacDonald
      CT18 8XX Folkestone
      United Kingdom
      Telephone: +44 1303282764/+44 1303282762
      E-mail: MjE5WFJWYVUbYFJRUVxbLVJiX1xhYltbUlkbUFxaMjEwamhXWW8kY1dZWmVkV2JaNltraGVqa2RkW2IkWWVj
      Fax: +44 1303282791

      Internet address(es):

      General address of the contracting entity: www.eurotunnel.com

      Further information can be obtained from: The above mentioned contact point(s)

      Specifications and additional documents (including documents for 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)Main activity
      Railway services
      Other: transport
      I.3)Contract award on behalf of other contracting entities
      The contracting entity is purchasing on behalf of other contracting entities: no

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting entity:
      Outline and Detailed Design of Infrastructure to achieve extra capacity on the Folkestone UK Terminal.
      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: Eurotunnel UK Terminal Folkestone.

      NUTS code UKJ4

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      II.1.4)Information on framework agreement
      II.1.5)Short description of the contract or purchase(s):
      Outline Design (APS) and Detailed Design (APD) of Infrastructure to achieve extra capacity on the Folkestone UK Terminal for the following Lots:
      Lot UK01: New Platforms on the UK Terminal at Folkestone,
      Lot UK02: Overbridge Widening on the UK Terminal at Folkestone,
      Lot UK03: Front Rake Allocation Area Widening on the UK Terminal.
      II.1.6)Common procurement vocabulary (CPV)

      710000007160000071700000

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): no
      II.1.8)Information about 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:
      Lot UK01: New Platforms on the UK Terminal at Folkestone
      Project Management mission for Outline and Detailed Design of additional platforms to achieve extra capacity.
      Lot UK02: Overbridge Widening on the UK Terminal at Folkestone
      Project Management mission for Outline and Detailed Design of the widening of the existing Overbridges to achieve extra capacity.
      Lot UK03: Front Rake Allocation Area Widening on the UK Terminal
      Project Management mission for Outline and Detailed Design of the widening of the Front Rake Allocation Lanes area to achieve extra capacity.
      All lots include: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
      The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
      II.2.2)Information about options
      Options: no
      II.2.3)Information about renewals
      This contract is subject to renewal: no
      II.3)Duration of the contract or time limit for completion

      Information about lots

      Lot No: 1 Lot title: Lot UK01: New Platforms on the UK Terminal at Folkestone
      1)Short description:
      Project Management mission for Outline and Detailed Design of additional platforms to achieve extra capacity.
      2)Common procurement vocabulary (CPV)

      710000007160000071700000

      3)Quantity or scope:
      Lot includes: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
      The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
      5)Additional information about lots:
      Lots can be awarded separately.
      Lot No: 2 Lot title: Lot UK02: Overbridge Widening on the UK Terminal at Folkestone
      1)Short description:
      Project Management mission for Outline and Detailed Design of the widening of the existing Overbridges to achieve extra capacity.
      2)Common procurement vocabulary (CPV)

      710000007160000071700000

      3)Quantity or scope:
      Lot includes: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
      The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
      5)Additional information about lots:
      Lots can be awarded separately.
      Lot No: 3 Lot title: Lot UK03: Front Rake Allocation Area Widening on the UK Terminal
      1)Short description:
      Project Management mission for Outline and Detailed Design of the widening of the Front Rake Allocation Lanes area to achieve extra capacity.
      2)Common procurement vocabulary (CPV)

      710000007160000071700000

      3)Quantity or scope:
      Lot includes: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
      The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
      5)Additional information about lots:
      Lots can be awarded separately.

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Performance Guarantee.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payment Terms 60 days from invoice date.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Registered companies or groups of companies (partnership / JV).
      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: Information of current status for membership of professional or trade bodies / registers.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: — company registration certificate,
      — statement confirming no intention to file for bankruptcy,
      — statement confirming you have satisfied all social and fiscal obligations for last 2 years,
      — details of any court proceedings in last 5 years,
      — certificates: quality, safety and environment certification,
      — safety manual, frequency and seriousness rates of accidents in last 3 years,
      — insurance certificate with amounts and risks warranted,
      — turn over and results for the last 3 years,
      — turn over and results for the last 3 years for above defined activity (see II.2.1),
      — details of any subsidiary company or parent company,
      — number of people employed,
      — number of people for each lot,
      — equipment, material, people and ability to provide the services,
      — references for each activity (lot) in terms of client, description, location, value.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met: — relevant references in the respective domain of activity, Experience of similar contracts over the last 3 years,
      — copies of professional certificates, statements, and competences, (Safety, Quality, environment etc.),
      — workforce strength in the respective domain of activity,
      — industrial and commercial profile of the Company.
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      III.3.2)Staff responsible for the execution of the service

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Negotiated
      IV.2)Award criteria
      IV.2.1)Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
      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 entity:
      IV.3.2)Previous publication(s) concerning the same contract
      IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
      IV.3.4)Time limit for receipt of tenders or requests to participate
      12.5.2017
      IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
      English.
      IV.3.6)Minimum time frame during which the tenderer must maintain the tender
      IV.3.7)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:
      Potential candidates must prove that they have the resources and capability to deliver this contract on time, within budget, and to meet the client (employer) requirements and expectations.
      The contract issued may include Liquidated Damages. Details will be supplied in the tender documents.
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures

      Tribunal de grande instance de Lille
      59034 Lille
      France
      Telephone: +33 320783333
      Fax: +33 320783452

      Body responsible for mediation procedures

      Tribunal de grande instance de Lille
      59034 Lille
      France
      Telephone: +33 320783333
      Fax: +33 320783452

      VI.4.2)Lodging of appeals
      VI.4.3)Service from which information about the lodging of appeals may be obtained

      Tribunal de grande instance de Lille
      59034 Lille
      France
      Telephone: +33 320783333
      Fax: +33 320783452

      VI.5)Date of dispatch of this notice:
      22.4.2017
    © 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 25.04.2017
Zuletzt aktualisiert 25.04.2017
Wettbewerbs-ID 2-263254 Status Kostenpflichtig
Seitenaufrufe 39