loading
  • GB-SG13 8DE Hertford
  • 03.07.2017
  • Ausschreibung
  • (ID 2-266520)

HCC 05/17 — The Provision of a Flood Risk Procurement — Surface Water Management Plans


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 03.07.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Objektplanung Ingenieurbauwerke / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    Hertfordshire County Council (the ‘Council’) is currently out to procurement for The Provision of Flood Risk Procurement — Surface Water management Plans
    Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information.
    Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
    Leistungsumfang
    As the Lead Local Flood Authority (LLFA) for Hertfordshire, the Council wants to gain an improved understanding of local flood risk through district scale Surface Water Management Plans (SWMPs). Assessment at the district scale is convenient due to the district's role in local planning allocation and control, and because of their connections with local Risk Management Authorities (RMAs).
    The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extension.
    The Contract will be awarded for an initial term of twenty five (25) months, with the option to extend the Contract up to twelve (12) further months.
    Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
    Adresse des Bauherren UK-SG13 8DE Hertford
    TED Dokumenten-Nr. 201527-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Hertford: Environmental engineering consultancy services

      2017/S 101-201527

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Hertfordshire County Council
      Pegs Lane
      Hertford
      SG13 8DE
      United Kingdom
      Contact person: Strategic Procurement Group
      Telephone: +44 01707292464
      E-mail: 
      MjE5UFVfVmAbW1xhWVJmLVVSX2FTXF9RYFVWX1IbVFxjG2JY
      NUTS code: UKH23

      Internet address(es):

      Main address: www.hertfordshire.gov.uk

      Address of the buyer profile: www.supplyhertfordshire.uk

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

      Section II: Object

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

       

      HCC 05/17 — The Provision of a Flood Risk Procurement — Surface Water Management Plans.

       

      Reference number: HCC1709519
      II.1.2)Main CPV code
      71313000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Hertfordshire County Council (the ‘Council’) is currently out to procurement for The Provision of Flood Risk Procurement — Surface Water management Plans

      Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information.

      Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.

       

      II.1.5)Estimated total value
      Value excluding VAT: 200 000.00 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)
      II.2.3)Place of performance
      NUTS code: UKH23
      II.2.4)Description of the procurement:

       

      As the Lead Local Flood Authority (LLFA) for Hertfordshire, the Council wants to gain an improved understanding of local flood risk through district scale Surface Water Management Plans (SWMPs). Assessment at the district scale is convenient due to the district's role in local planning allocation and control, and because of their connections with local Risk Management Authorities (RMAs).

      The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extension.

      The Contract will be awarded for an initial term of twenty five (25) months, with the option to extend the Contract up to twelve (12) further months.

      Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.

       

      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: 200 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 04/09/2017
      End: 30/09/2020
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      The Council reserves the right to extend by twelve (12) further months.

       

      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:

       

      As Stated in the Procurement Documentation.

       

      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

      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: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2017/S 064-120295
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 03/07/2017
      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: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 03/07/2017
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.

      To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.

      This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.

      If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: MjEzZmhjY2JlZzNcYSBnWGFXIVZiYA== or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:30.

      The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.

      The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.

      The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      N/A
      N/A
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) 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 and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      High Court, Royal Courts of Justice
      The Strand
      Hertford
      WC2A 2LL
      United Kingdom
      VI.5)Date of dispatch of this notice:
      24/05/2017
    © 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 29.05.2017
Zuletzt aktualisiert 29.05.2017
Wettbewerbs-ID 2-266520 Status Kostenpflichtig
Seitenaufrufe 52