loading
  • GB-EH54 6FF Livingston
  • 21.05.2018
  • Ausschreibung
  • (ID 2-299803)

CC8854 — Monitoring of Cathodic Bridge Protection


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 21.05.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    West Lothian Council seek to appoint a suitably experienced and qualified contractor to monitor and report on cathodic protection systems at seven named structures within the West Lothian area for a maximum of 7 years contract period.
    Leistungsumfang
    West Lothian Council seeks to appoint a suitably experiened and qualified contractor for the provision of monitoring of cathodic protection systems at seven named structures in the West Lothian area. Bidders must review all tender documents attached to the ITT prior to submitting a bid.
    Adresse des Bauherren UK-EH54 6FF Livingston
    TED Dokumenten-Nr. 171827-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Livingston: Bridge-inspection services

      2018/S 077-171827

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      West Lothian Council
      West Lothian Civic Centre, Howden South Road
      Livingston
      EH54 6FF
      United Kingdom
      Contact person: Kerr Anderson
      Telephone: +44 1506281814
      E-mail: MjEzVmNoIVZjaDNqWGZnX2JnW1xUYSFaYmkhaF4=
      Fax: +44 1506281325
      NUTS code: UKM78

      Internet address(es):

      Main address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.publictendersscotland.publiccontractsscotland.gov.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:

      CC8854 — Monitoring of Cathodic Bridge Protection

      II.1.2)Main CPV code
      71631450
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      West Lothian Council seek to appoint a suitably experienced and qualified contractor to monitor and report on cathodic protection systems at seven named structures within the West Lothian area for a maximum of 7 years contract period.

      II.1.5)Estimated total value
      Value excluding VAT: 180 000.00 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)
      44212100
      44212120
      45221100
      II.2.3)Place of performance
      NUTS code: UKM78
      II.2.4)Description of the procurement:

      West Lothian Council seeks to appoint a suitably experiened and qualified contractor for the provision of monitoring of cathodic protection systems at seven named structures in the West Lothian area. Bidders must review all tender documents attached to the ITT prior to submitting a bid.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Method statement: hardware / Weighting: 6
      Quality criterion - Name: Method statement: reporting /software / Weighting: 6
      Quality criterion - Name: Training / Weighting: 4
      Quality criterion - Name: Fault detection /ratification / Weighting: 2
      Quality criterion - Name: Workforce matters / Weighting: 2
      Price - Weighting: 80
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

      2 x 12 months extensions available to WLC.

      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
      List and brief description of conditions:

      1— Members of the corrosion prevention association,

      2— directly employ certified personnel to Level IV in the reinforced concrete sector in accordance with BS EN 15257:2006 cathodic protection – Competence levels of cathodic protection persons who shall undertake all of the works as described,

      3— directly employ personnel certified to a minimum of MICorr as certified by the institute of corrosion.

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

      West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a failure score of 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 35- (minus) will not be considered as having met this criteria. If a tenderer has a failure score of less than 35, the tenderer may be required to submit their last 3 years accounts.

      In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 years period.

      It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 35) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of tenderer’s financial status.

      In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their tender submission is supported by a parent company guarantee.

      Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.

      With reference to ESPD 4B.5, it is a requirement of the contract that bidders hold or can commit to obtain prior to the commencement of any contract, the types and levels of insurance indicated below:

      Employers liability insurance = 10 000 000 GBP.

      Public /Product liability insurance = 5 000 000 GBP.

      Professional indemnity insurance = 2 000 000 GBP.

      Valid motor vehicle.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      With reference to ESPD question 4C.1.2; Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works /services as described in part II.2.4 of the OJEU notice.

      With reference to ESPD question 4C.2; Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

      With reference to ESPD question 4C.3; Bidders will be required to demonstrate that they have, or have access to, the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU contract notice.

      With reference to ESPD question 4C.4; Bidders will be required to confirm that they have, or have access to, the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU contract notice.

      With reference to ESPD question 4C.7; Bidders will be required to confirm that they will employ environmental management measures.

      With reference to ESPD question 4C.8.1; Bidders will be required to confirm their average annual manpower for the last 3 years.

      With reference to ESPD question 4C.8.2; Bidders will be required to confirm their number of managerial staff for the last 3 years.

      With reference to ESPD question 4C.9; Bidders will be required to demonstrate that they have, or have access to, the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU contract notice.

      With reference to ESPD question 4C.10; Bidders will be required to confirm whether they intend to sub-contract and, if so, for what proportion of the contract.

      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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 21/05/2018
      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: 21/05/2018
      Local time: 12:00

      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:

      Please see link below to information relating to ESPD section 4D:

      https://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_10540 For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      (SC Ref:537983)

      VI.4)Procedures for review
      VI.4.1)Review body
      West Lothian Council
      West Lothian Civic Centre, Howden South Road
      Livingston
      EH54 6FF
      United Kingdom
      Telephone: +44 1506281814
      Fax: +44 1506281325

      Internet address:http://www.westlothian.gov.uk/article/2468/Contract-Opportunities

      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:
      18/04/2018
    © 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 20.04.2018
Zuletzt aktualisiert 20.04.2018
Wettbewerbs-ID 2-299803 Status Kostenpflichtig
Seitenaufrufe 40