loading
  • GB-G2 5JF Glasgow
  • 15.12.2017
  • Ausschreibung
  • (ID 2-283948)

Learning and Development Framework.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 15.12.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Sicherheits-/ Gesundheitsschutz / Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    Learning and Development Framework for SPT.
    Leistungsumfang
    Providers must be able to deliver all the requirements listed below and also to deliver one day bespoke Internal Management Development module with core content to increase awareness and understanding of the line manager's responsibilities in relation to Health and Safety in the workplace
    IOSH Supervising Safety
    IOSH Managing Safety
    IOSH Leading Safely
    Bespoke Internal Management Development module.
    Adresse des Bauherren UK-G2 5JF Glasgow
    TED Dokumenten-Nr. 455379-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      Ireland-Dublin: Civil engineering consultancy services

      2017/S 219-455456

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Fingal County Council
      PO Box 174, Fingal County Hall, Main Street, Swords
      Dublin
      Ireland
      Contact person: Aoife Sheridan
      Telephone: +353 18905730
      E-mail: MjE0U2FbWFcgZVpXZFtWU2AyWFtgWVNeIFtX
      NUTS code: IE

      Internet address(es):

      Main address: http://www.fingal.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/371

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=121329&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=121329&B=ETENDERS_SIMPLE
      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:

       

      FCC/199/17 Establishment of a multi-operator Framework Agreement for Consultant Engineering Services for Development Resolution for taking in charge standards for Fingal County Council.

       

      Reference number: FCC/199/17
      II.1.2)Main CPV code
      71311000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      FCC intends to set up a framework of Consultant Engineers to

      tender for the provision of Engineering Consultancy Services on Development Resolution Projects of a general nature up to an estimated value of 1 000 000 EUR ex. VAT.

      This will involve surveying and examining the condition of all the infrastructure in Developments, designing remediation and establishing cost estimates to bring all infrastructure up to FCC taking in charge standards.

      The consultants will be required to provide professional design related services on projects. The Framework Agreement shall cover all aspects of Development Resolution (see scope of services).

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 000 000.00 EUR
      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)
      44161400
      45231300
      45232150
      71240000
      71310000
      71322000
      71334000
      71351914
      71420000
      71520000
      90491000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Fingal.

       

      II.2.4)Description of the procurement:

       

      Fingal County Council intends to set up a framework of Consultant Engineers who

      will tender for the provision of Engineering Consultancy Services on Development Resolution Projects of a general nature up to an estimated value of 1 000 000 EUR exclusive of VAT.

      This will involve surveying and examining the condition of all the infrastructure in Developments, designing remediation and establishing a cost estimate to bring all infrastructure up to a standard that Fingal County Council can take it into charge.

      The consultants included on the Framework Agreement, who will be appointed individually,will be required to provide professional design related services on projects. The Framework Agreement shall cover all aspects of Development Resolution including:

      Civil Engineering Design, Structural Investigation, Analysis & Design, Quantity Surveying, Project Supervisor Design Process (PSDP), Traffic Management Planning, Works Contract Procurement utilising the Capital Works Management Framework, CAD Draughting, Land and Open Space Surveying, Review of surveys of the Sewer and Water Network, Surface Water drainage systems & attenuation systems condition & capacity checks, Public Lighting Auditing, Road, footpath and cycleway construction investigation, Data collection of topography and geotechnical site investigations, & Mechanical and Electrical Services for Pumping Stations.

       

      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: 1 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      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

      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
      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
      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
      Envisaged maximum number of participants to the framework agreement: 5
      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: 12/12/2017
      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
      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
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Fingal County Council
      County Hall, Main Street, Swords, Co. Dublin
      Dublin
      Ireland
      E-mail: MjE5XV9cUGJfUlpSW2EtU1ZbVE5ZG1ZS
      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:
      13/11/2017
    © 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 15.11.2017
Zuletzt aktualisiert 15.11.2017
Wettbewerbs-ID 2-283948 Status Kostenpflichtig
Seitenaufrufe 47