loading
  • GB-W2 1AF London
  • 06.10.2017
  • Ausschreibung
  • (ID 2-277451)

Health, Safety, Environment and Quality Management System.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.10.2017, 13:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 4 - max. 5
    Gebäudetyp Verkehr
    Art der Leistung Umweltverträglichkeitsstudie / Sicherheits-/ Gesundheitsschutz
    Sprache Englisch
    Aufgabe
    Tideway is seeking to appoint one provider to implement a cloud based solution that can deliver functionality in the following areas:
    i. Health, Safety and Environmental Incident Reporting,
    ii. Health, Safety and Environmental Incident Investigation,
    iii. Health and Safety Key Performance Indicator (KPI) submissions,
    iv. Recording Audit and Inspection outcomes,
    v. Management of scheduled Audits and Inspections,
    vi. Management of tasks and corrective actions related to Incidents, Investigations, Audits, Inspections and Checklists and other activities,
    vii. Communication of Health, Safety and Environmental information relevant to the programme to all registered users of the solution,
    viii. Reporting and analysis of all data held in the solution, including incidents data, investigation data, audit and inspection data, KPI data and user administration data,
    ix. Data migration and transition from existing solution.
    Applicants are referred to the PQP and accompanying documentation for more info.
    Leistungsumfang
    This procurement is for the establishment of a new Health, Safety, Environment and Quality Management System for use by the Tideway project. This includes the purchase of a software as a service (Saas) solution and associated support provisions. The term will be a minimum of three years and up to the remainder of the project (a potential 7 years).
    Further information on the scope of the Contract and the procurement is included in the PQP and accompanying Procurement Documents.
    Adresse des Bauherren UK-W2 1AF London
    TED Dokumenten-Nr. 355144-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Industry specific software package

      2017/S 173-355144

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Bazalgette Tunnel Limited
      The Point, 37 North Wharf Road, Paddington
      London
      W2 1AF
      United Kingdom
      Contact person: Keeley Wilson
      Telephone: +44 2039345852
      E-mail: MjIwV1FRWFFlGmNVWF9bWixgVVBRY01lGlhbWlBbWg==
      NUTS code: UKI

      Internet address(es):

      Main address: http://www.tideway.london

      Address of the buyer profile: https://tideway.bravosolution.co.uk

      I.2)Joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://tideway.bravosolution.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://tideway.bravosolution.co.uk
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Other activity: design, finance, construct and operate the Thames Tideway Tunnel. See Section VI.3 Additional Information for further information on the contracting entity's activity

      Section II: Object

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

       

      Health, Safety, Environment and Quality Management System.

       

      II.1.2)Main CPV code
      48100000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Tideway is seeking to appoint one provider to implement a cloud based solution that can deliver functionality in the following areas:

      i. Health, Safety and Environmental Incident Reporting,

      ii. Health, Safety and Environmental Incident Investigation,

      iii. Health and Safety Key Performance Indicator (KPI) submissions,

      iv. Recording Audit and Inspection outcomes,

      v. Management of scheduled Audits and Inspections,

      vi. Management of tasks and corrective actions related to Incidents, Investigations, Audits, Inspections and Checklists and other activities,

      vii. Communication of Health, Safety and Environmental information relevant to the programme to all registered users of the solution,

      viii. Reporting and analysis of all data held in the solution, including incidents data, investigation data, audit and inspection data, KPI data and user administration data,

      ix. Data migration and transition from existing solution.

      Applicants are referred to the PQP and accompanying documentation for more info.

       

      II.1.5)Estimated total value
      Value excluding VAT: 500 000.00 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)
      48000000
      48600000
      48700000
      71313420
      71313450
      71317200
      71317210
      72225000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      Services to be delivered in London in relation to the Tideway Tunnel Project.

       

      II.2.4)Description of the procurement:

       

      This procurement is for the establishment of a new Health, Safety, Environment and Quality Management System for use by the Tideway project. This includes the purchase of a software as a service (Saas) solution and associated support provisions. The term will be a minimum of three years and up to the remainder of the project (a potential 7 years).

      Further information on the scope of the Contract and the procurement is included in the PQP and accompanying Procurement Documents.

       

      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
      Start: 02/01/2018
      End: 01/01/2025
      This contract is subject to renewal: yes
      Description of renewals:

       

      Optional Extensions are included, see II.2.11 for details.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 4
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

       

      Applicants are referred to the PQP and Pre Qualification Questionnaire (PQQ) for information on Tideway's criteria for choosing Applicants to be invited to tender for the Contract. Tideway expects to selects the top four Applicants to tender for the Contract. Tideway reserves the right in its absolute discretion to invite fewer than four Applicants or to invite 5 Applicants on the basis described in the PQP.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Four (4) x 12 month optional extensions are included.

      Applicants should be aware that Tideway reserves the right to extend the Contract Period by period or periods of up to 4 years making a maximum aggregate Contract Period of 7 years.

      Further, Applicants should also be aware that Tideway reserves the right to omit and/or vary the scope of the Contract and/ or require optional scope to be performed. Further information in relation to scope, value of the Contract and value of Tideway's options is included in the PQP.

       

      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

       

      Applicants are referred to VI.3) Additional Information in this Contract Notice below.

       

      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:

       

      Applicants are referred to the PQP and PQQ for information about conditions for participation.

       

      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.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      Applicants are referred to the PQP and PQQ for information about Tideway's objective rules and criteria for participation in the Contract.

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

       

      Tideway reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step-in rights) and other forms of security as appropriate to be specified in the Procurement Documents to be made available at ITT stage. Applicants are referred to the PQP for relevant information available at this Contract Notice stage.

       

      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      The main financing conditions, payment mechanism, performance standards and incentive mechanism will be described in the Procurement Documents to be made available at ITT stage. Further details will be provided in the published ITT documentation. Applicants are referred to the PQP for relevant information available at this Contract Notice stage.

       

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      Tideway will accept expressions of interest and tenders from single entities or Consortia. Tideway does not require those Consortia who intend to form a single legal entity to do so at the PQQ stage. Tideway will consider contracting with a Consortium, providing always that the participants in any Consortium are jointly and severally liable for all of the obligations of the Contractor under the Contract.

       

      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
      Negotiated procedure with prior call for competition
      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
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      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: 06/10/2017
      Local time: 13:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 16/10/2017
      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: 12 (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: no
      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:

       

      1) Terms in this Contract Notice with initial capital letters have the meanings given in PQP Section 1.1.8 (Glossary).

      2) To express interest in the Contract, Applicants must register and complete the PQQ on the Tideway portal: https://tideway.bravosolution.co.uk by the deadline for PQQs stated in the PQP. The PQQ Deadline is a precise time and Applicants must allow sufficient time to upload the PQQ.

      3) Section I (Contracting entity): The contracting entity is Bazalgette Tunnel Limited (‘Tideway’), the organisation responsible for delivering the Thames Tideway Tunnel. Additional information relating to this Contract Notice is available in the Procurement Documents. Further information on Tideway and the Thames Tideway Tunnel is available at www.tideway.london

      4) Section II.2.6 (Estimated value): The estimated value has been estimated on the based on the total maximum term of 7 years. This value is indicative and depends on business needs over the term.

      5) Section II.2.7 (Duration of the Contract): time-scales in this Contract Notice are estimated based on the current Tideway programme but may be subject to change.

      6) Section IV (Procedure): Tideway is not a utility for the purpose of the Utilities Contracts Regulations 2016 (‘UCR 2016’) and accordingly the UCR 2016 do not apply to this procurement. However Tideway is required pursuant to the procurement regime in The Water Industry (Specified Infrastructure Projects) (English Undertakers) Regulations 2013 (‘SIP Regulations’) to tender certain contracts and certain categories of contracts in accordance with a modified regime set out in the SIP Regulations as amended by The Public Procurement (Amendments, Repeals and Revocations) Regulations 2016 (‘modified UCR 2016’). The procurement requirements set out in the modified UCR 2016 are broadly similar to the UCR 2016 save that certain procedures, exclusions and exemptions have been removed and Part 5 of UCR 2016 (Remedies) has been modified so that a different remedies regime applies to Tideway. Additional information in relation to the modified UCR 2016 is available at: http://www.legislation.gov.uk/cy/uksi/2016/275/schedule/2/paragraph/48/made

      7) Section VI.4 (Procedures for review): In accordance with the modified UCR 2016 regime, Tideway will incorporate a minimum 10 calendar day standstill period before award from the point information on award is communicated to Tenderers. Any request for further information by Tenderers pursuant to the modified UCR 2016 regime must be made in writing to the address set out in section I.1 above. The modified UCR 2016 regime provides remedies for economic operators who, in consequence of a breach of the modified UCR 2016 regime, suffer, or risk suffering, loss or damage. Proceedings must be started in the High Court of England and Wales.

      8) A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to Tideway. Tideway does not bind itself to enter into any contract(s) arising out of the procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the procedures envisaged by it. Tideway reserves the right to vary its requirements and the procedure relating to the conduct of the award process. Tideway reserves the right to disqualify any Applicants on terms set out in the PQP.

      9) Applicants/Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice, any PQQ and with submitting any tender, howsoever incurred.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court
      Royal Court of Justice, Strand
      London
      WC2A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      High Court
      Royal Court of Justice, Strand
      London
      WC2A 2LL
      United Kingdom
      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:
      06/09/2017
    © 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 11.09.2017
Zuletzt aktualisiert 11.09.2017
Wettbewerbs-ID 2-277451 Status Kostenpflichtig
Seitenaufrufe 40