Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.6)Main activityUrban railway, tramway, trolleybus or bus services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Agreements — Scientific Services and Remedial Works concerning Hazardous Materials
Reference number: DN333968
II.1.2)Main CPV code90650000
II.1.3)Type of contractServices
II.1.4)Short description:
Framework Agreements for Scientific Services and Remedial Works concerning Hazardous Materials (1FM Bundle 6); comprising of 3 lots:
Lot 1: Scientific services;
Lot 2: Licenced removal works;
Lot 3: Heavy maintenance and project works.
The specification for each Lot is available — which provides more information.
II.1.5)Estimated total valueValue excluding VAT: 34 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
If successful at the pre-qualification stage across all 3 lots, please note that no bidder shall be awarded Framework Agreements in both:
Lot 1: Scientific Services; and
Lot 2: Licenced Removal Works; or Lot 3 Heavy Maintenance and Project Works.
II.2)Description
II.2.1)Title:
Lot 1: Scientific Services
Lot No: 1
II.2.2)Additional CPV code(s)45262660
71600000
90650000
II.2.3)Place of performanceNUTS code: UKI
II.2.4)Description of the procurement:
Scientific Services — sampling, testing, monitoring and analysis as per the attached ITT documents (see Volume 2 — Specification).
II.2.5)Award criteriaPrice 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 systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend of 3 years, 3 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 2: Licenced Removal Works
Lot No: 2
II.2.2)Additional CPV code(s)45262660
90650000
II.2.3)Place of performanceNUTS code: UKI
II.2.4)Description of the procurement:
Licenced Removal Works (Planned Maintenance and Day to Day works and emergency fault response) — maintenance and day to day works including emergency fault responses as per the attached ITT documents (see Volume 2 — Specification).
II.2.5)Award criteriaPrice 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 systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend of 3 years, 3 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 3: Heavy Maintenance and Project Works
Lot No: 3
II.2.2)Additional CPV code(s)45262660
90650000
II.2.3)Place of performanceNUTS code: UKI
II.2.4)Description of the procurement:
Heavy Maintenance and Project Works (Licenced works supporting Construction works / Track works in an asbestos or other Hazardous Materials Area) — requirement will cover Heavy Maintenance and Project Works (licenced works supporting construction works / track works) in an asbestos or other hazardous materials area (see Volume 2 — Specification).
II.2.5)Award criteriaPrice 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 systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Option to extend of 3 years, 3 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
See SQ and ITT documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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 procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
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 participateDate: 31/05/2018
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyTransport for London
London
United Kingdom
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:24/04/2018