loading
  • GB-SW1H 0BD London
  • 31.05.2018
  • Ausschreibung
  • (ID 2-300309)

Framework Agreements — Scientific Services and Remedial Works concerning Hazardous Materials


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 31.05.2018, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Altlastensanierung
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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).
    Adresse des Bauherren UK-SW1H 0BD London
    TED Dokumenten-Nr. 179975-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-London: Asbestos removal services

      2018/S 080-179975

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Transport for London
      55 Broadway
      London
      SW1H 0BD
      United Kingdom
      Contact person: Mr Paul Booth
      Telephone: +44 0
      E-mail: MjEyRDVJQDZDQ0g8JjRoWmAiW2NqImlf
      NUTS code: UKI

      Internet address(es):

      Main address: https://tfl.gov.uk

      Address of the buyer profile: https://tfl.gov.uk

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
      I.6)Main activity
      Urban 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 code
      90650000
      II.1.3)Type of contract
      Services
      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 value
      Value excluding VAT: 34 000 000.00 GBP
      II.1.6)Information about lots
      This 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 performance
      NUTS 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 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
      Duration 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 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
      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 performance
      NUTS 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 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
      Duration 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 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
      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 performance
      NUTS 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 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
      Duration 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 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:

      See SQ and ITT documents.

      III.1.2)Economic and financial standing
      III.1.3)Technical and professional ability
      Selection 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 procedure
      Negotiated procedure with prior call for competition
      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
      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: 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 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
      Transport 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
    © 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 25.04.2018
Zuletzt aktualisiert 25.04.2018
Wettbewerbs-ID 2-300309 Status Kostenpflichtig
Seitenaufrufe 43