loading
  • GB-WN1 3DS Wigan
  • 14.07.2017
  • Ausschreibung
  • (ID 2-268353)

Drainage Asset Mapping


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.07.2017, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Vermessung / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    A Drainage Asset Survey is required to improve knowledge of the location and condition of highway drainage in Wigan Borough. This will specifically require locating and mapping gully connections and any other pipes in order to show how the gullies in the survey area connect to known drainage infrastructure; the provision of CCTV survey reports and footage of these gully connection pipes according to the WRc Manual of Sewer Classification; hydraulically cleaning all pipework and gullies prior to the survey; and undertaking any traffic management in support of these tasks. The contract will also require the accurate recording of all work and any variations or additions to the inventory supplied using a software mapping system, the maintenance and development of the system during the period of the contract, and the provision of access to the data for a period of 36 months following the completion of the 12 month contract period.
    Leistungsumfang
    A Drainage Asset Survey is required to improve knowledge of the location and condition of highway drainage in Wigan Borough. The objectives of the commission are to provide Wigan Council with a flexible service to undertake investigations in advance of capital maintenance schemes, to carry out drainage investigations and cleansing services for Lead Local Flood Authority (LLFA) schemes, to complete asset mapping and drainage proofing across the network as directed, and to expand, maintain and update the Council's asset inventory system.
    The Service is to include the location and CCTV survey of the currently unmapped pipework that links the gullies in the survey area to the wider drainage network. Wigan Council holds good data on gully locations (this information will be provided to the successful contractor in digital format for uploading to a software mapping system) on condition, United Utilities holds data on public sewers, but there is limited information on the pipework and connections that the gully network utilises between. Additionally, there is limited information on existing culverts and chambers outside the above network. The Service will specifically require locating and mapping gully connections and any other pipes in order to show how the gullies in the survey area connect to known drainage infrastructure; the provision of CCTV survey reports and footage of these gully connection pipes according to the WRc Manual of Sewer Classification; hydraulically cleaning all pipework and gullies prior to the survey; and undertaking any traffic management in support of these tasks. The contract will also require the accurate recording of all work and any variations or additions to the inventory supplied using a software mapping system (either Wigan Council's preferred system or a similar system to be proposed by the tenderer and approved by Wigan Council), the maintenance and development of the system during the period of the contract, and the provision of access to the data for a period of 36 months following the completion of the twelve month contract period.
    This Invitation to Tender is divided into 4 Task Orders: Task Order 1 — ‘A’ classified roads (approx. 132 km in the Borough with 6 462 mapped road gullies), Task Order 2 — ‘B’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 943 mapped road gullies on the ‘B’ class network), Task Order 3 — ‘C’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 412 mapped road gullies on the ‘C’ class network) and Task Order 4 — ‘Hotspots’ (there are 34 flooding hotspots in the Borough outside the ‘A’, ‘B’ and ‘C’ class network with 152 mapped road gullies). Services will be issued through individual Task Orders at Wigan Council's choosing and Wigan Council reserves the right to amend the limits of the asset mapping to ensure that the provision of the Services does not exceed available expenditure. It is intended that Task Order 1 will be issued initially with completion by 13 October 2017 with the remaining Task Orders being issued by Wigan Council at its choosing within the 52 week contract period based on contractor performance and available expenditure in line with the Service Information. Tenderers should note that Wigan Council has a proactive robust maintenance system to monitoring levels of silt build up in gullies across the Borough with an annual clean of the gullies and associated interconnecting pipework on the strategic network and flooding hotspots. Further details regarding gully cleaning, anticipated volumes of silt for disposal and the length of interconnecting pipework is available in the Invitation to Tender documentation. Tenderers are directed to the Invitation to Tender documentation which contains a full Specification for this service.
    Adresse des Bauherren UK-WN1 3DS Wigan
    TED Dokumenten-Nr. 225615-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Wigan: Engineering-related scientific and technical services

      2017/S 112-225615

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Wigan Council
      Directorate of Places: Economy, Waste and Infrastructure, Wigan Life Centre (South), PO Box 100
      Wigan
      WN1 3DS
      United Kingdom
      Contact person: Mr Alan Carver — Highways Design and Flood Strategy Engineer
      Telephone: +44 1942489290
      E-mail: MTY7KD1bbHBfbDpxY2FbaChhaXAob2U=
      NUTS code: UKD3

      Internet address(es):

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

      Address of the buyer profile: http://www.wigan.gov.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.the-chest.org.uk
      Additional information can be obtained from another address:
      The Chest
      Internet Accessible
      United Kingdom
      Contact person: All communications including questions, requests for clarification and additional information relating to this procurement procedure must be made via The Chest's messaging facility available when logged into the portal
      E-mail: MjEyNSI3VWZqWWY0a11bVWIiW2NqImlf
      NUTS code: UKD3

      Internet address(es):

      Main address: https://www.the-chest.org.uk

      Tenders or requests to participate must be submitted electronically via: https://www.the-chest.org.uk
      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:

       

      Drainage Asset Mapping.

       

      II.1.2)Main CPV code
      71350000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      A Drainage Asset Survey is required to improve knowledge of the location and condition of highway drainage in Wigan Borough. This will specifically require locating and mapping gully connections and any other pipes in order to show how the gullies in the survey area connect to known drainage infrastructure; the provision of CCTV survey reports and footage of these gully connection pipes according to the WRc Manual of Sewer Classification; hydraulically cleaning all pipework and gullies prior to the survey; and undertaking any traffic management in support of these tasks. The contract will also require the accurate recording of all work and any variations or additions to the inventory supplied using a software mapping system, the maintenance and development of the system during the period of the contract, and the provision of access to the data for a period of 36 months following the completion of the 12 month contract period.

       

      II.1.5)Estimated total value
      Value excluding VAT: 350 000.00 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)
      50000000
      50200000
      50230000
      71000000
      71250000
      71300000
      71310000
      71311000
      71311100
      71311210
      71311220
      71311300
      71312000
      71330000
      71335000
      71336000
      71350000
      71353100
      71354100
      71355000
      71356000
      71600000
      71621000
      71630000
      71631000
      71631400
      71631480
      90640000
      90641000
      90642000
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      Wigan, Greater Manchester, United Kingdom.

       

      II.2.4)Description of the procurement:

       

      A Drainage Asset Survey is required to improve knowledge of the location and condition of highway drainage in Wigan Borough. The objectives of the commission are to provide Wigan Council with a flexible service to undertake investigations in advance of capital maintenance schemes, to carry out drainage investigations and cleansing services for Lead Local Flood Authority (LLFA) schemes, to complete asset mapping and drainage proofing across the network as directed, and to expand, maintain and update the Council's asset inventory system.

      The Service is to include the location and CCTV survey of the currently unmapped pipework that links the gullies in the survey area to the wider drainage network. Wigan Council holds good data on gully locations (this information will be provided to the successful contractor in digital format for uploading to a software mapping system) on condition, United Utilities holds data on public sewers, but there is limited information on the pipework and connections that the gully network utilises between. Additionally, there is limited information on existing culverts and chambers outside the above network. The Service will specifically require locating and mapping gully connections and any other pipes in order to show how the gullies in the survey area connect to known drainage infrastructure; the provision of CCTV survey reports and footage of these gully connection pipes according to the WRc Manual of Sewer Classification; hydraulically cleaning all pipework and gullies prior to the survey; and undertaking any traffic management in support of these tasks. The contract will also require the accurate recording of all work and any variations or additions to the inventory supplied using a software mapping system (either Wigan Council's preferred system or a similar system to be proposed by the tenderer and approved by Wigan Council), the maintenance and development of the system during the period of the contract, and the provision of access to the data for a period of 36 months following the completion of the twelve month contract period.

      This Invitation to Tender is divided into 4 Task Orders: Task Order 1 — ‘A’ classified roads (approx. 132 km in the Borough with 6 462 mapped road gullies), Task Order 2 — ‘B’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 943 mapped road gullies on the ‘B’ class network), Task Order 3 — ‘C’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 412 mapped road gullies on the ‘C’ class network) and Task Order 4 — ‘Hotspots’ (there are 34 flooding hotspots in the Borough outside the ‘A’, ‘B’ and ‘C’ class network with 152 mapped road gullies). Services will be issued through individual Task Orders at Wigan Council's choosing and Wigan Council reserves the right to amend the limits of the asset mapping to ensure that the provision of the Services does not exceed available expenditure. It is intended that Task Order 1 will be issued initially with completion by 13 October 2017 with the remaining Task Orders being issued by Wigan Council at its choosing within the 52 week contract period based on contractor performance and available expenditure in line with the Service Information. Tenderers should note that Wigan Council has a proactive robust maintenance system to monitoring levels of silt build up in gullies across the Borough with an annual clean of the gullies and associated interconnecting pipework on the strategic network and flooding hotspots. Further details regarding gully cleaning, anticipated volumes of silt for disposal and the length of interconnecting pipework is available in the Invitation to Tender documentation. Tenderers are directed to the Invitation to Tender documentation which contains a full Specification for this service.

       

      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: 350 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 12
      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:

       

      This Invitation to Tender is divided into 4 Task Orders: Task Order 1 — ‘A’ classified roads (approx. 132 km in the Borough with 6 462 mapped road gullies), Task Order 2 — ‘B’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 943 mapped road gullies on the ‘B’ class network), Task Order 3 — ‘C’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 412 mapped road gullies on the ‘C’ class network) and Task Order 4 — ‘Hotspots’ (there are 34 flooding hotspots in the Borough outside the ‘A’, ‘B’ and ‘C’ class network with 152 mapped road gullies). Services will be issued through individual Task Orders at Wigan Council's choosing and Wigan Council reserves the right to amend the limits of the asset mapping to ensure that the provision of the Services does not exceed available expenditure. It is intended that Task Order 1 will be issued initially with completion by 13 October 2017 with the remaining Task Orders being issued by Wigan Council at its choosing within the 52 week contract period based on contractor performance and available expenditure in line with the Service Information.

       

      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 detailed in the Invitation to Tender documentation. Reference should be made in particular to ‘Schedule 2 — Procurement Pack 2’, ‘Schedule 3 — Contract Data Part 1 and Conditions of Contract — Option Z’ and ‘Schedule 5 — Service Information and Specification’ which detail requirements relating to suitability to pursue the professional activity including requirements relating to enrolment on professional or trade registers, including, but not limited to, the Fleet Operator Recognition Scheme (FORS) accreditation, the Construction Logistics and Community Safety (CLOCS) compliance certification scheme, Sector Quality Schemes registration/skill cards, Waste Carrier's Licence and traffic safety personnel training and surveyor professional training requirements.

       

      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
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

       

      As detailed in the Invitation to Tender documentation. Reference should be made in particular to ‘Schedule 2 — Procurement Pack 2’, ‘Schedule 3 — Contract Data Part 1 and Conditions of Contract — Option Z’ and ‘Schedule 5 — Service Information and Specification’ which detail requirements including, but not limited to, the Fleet Operator Recognition Scheme (FORS) accreditation, the Construction Logistics and Community Safety (CLOCS) compliance certification scheme, Sector Quality Schemes registration/skill cards, Waste Carrier's Licence and traffic safety personnel training and surveyor professional training requirements.

       

      III.2.2)Contract performance conditions:

       

      As detailed in the Invitation to Tender documentation. Key Performance Indicators will be measured for each Task Order and are set out within Annex A in document ‘Schedule 5 — Service Information and Specification’.

       

      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: 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: 14/07/2017
      Local time: 17:00
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 17/07/2017
      Local time: 10:00
      Place:

       

      Wigan Council, Directorate of Places: Economy, Waste and Infrastructure, Wigan Life Centre (South), PO Box 100, WN1 3DS, Greater Manchester, United Kingdom.

       

      Information about authorised persons and opening procedure:

       

      Tenders will be opened by an Authorised Service Officer and Service Manager designated by the appropriate Director. The date and time stated for the opening of tenders is indicative and may be subject to change.

       

      Section VI: Complementary information

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

       

      The deadline of Friday 14.7.2017 at 17:00 represents the deadline for the submission of final tenders.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Wigan Council
      Town Hall, Library Street
      Wigan
      WN1 1YN
      United Kingdom
      Telephone: +44 1942827463
      E-mail: MTM/K1RlZnF0bG9xZT10ZmReaytkYHB1K2RscytyaA==

      Internet address:http://www.wigan.gov.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      In accordance with Part 3 — Remedies, Chapter 5 — Facilitation of Remedies, Regulations 86/87 (information about contract award procedures and the application of the standstill period prior to contract award) and Part 3 — Remedies, Chapter 6 — Applications to the Court, Regulation 91 (enforcement of obligations) etc. of the EU Public Contracts Regulations 2015.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      12/06/2017
    © 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 14.06.2017
Zuletzt aktualisiert 14.06.2017
Wettbewerbs-ID 2-268353 Status Kostenpflichtig
Seitenaufrufe 37