loading
  • GB-N1 9AG London
  • 07.06.2018
  • Ausschreibung
  • (ID 2-303061)

HS1 Ltd — Professional Services Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 07.06.2018 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Verkehr
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Kostenmanagement / Vermessung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    This Professional Services Framework will be divided into two (2) Lots.
    Lot 1 — Engineering Design Support.
    Lot 2 — Project Management Services therefore seeking suppliers to provide design services and engineering project management.
    The procurement process will be carried out strictly in accordance with the Utilities Contracts Regulations 2016 using the restricted procedure.
    Leistungsumfang
    HS1 is looking for Engineering Project Management organisations to provide HS1 with access to skilled and experienced Project Managers to assist with the management of specific discrete engineering construction projects.
    Project Managers shall have experience in delivering projects from inception to completion in Railway stations and/or large multi-use public buildings and be PRINCE 2 and/or APMP qualified and have 5 or more years of experience.
    Adresse des Bauherren UK-N1 9AG London
    TED Dokumenten-Nr. 223754-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-London: Architectural, engineering and surveying services

      2018/S 098-223754

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      HS1 Limited
      5th Floor, Kings Place, 90 York Way
      London
      N1 9AG
      United Kingdom
      E-mail: MTlnaWZabGlcZFxlazdfYF5famdcXFsoJVpmJWxi
      NUTS code: UK

      Internet address(es):

      Main address: http://www.highspeed1.co.uk

      I.2)Information about joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: www.highspeed1.co.uk/procurement
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.highspeed1.co.uk/procurement
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: Transport

      Section II: Object

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

      HS1 Ltd — Professional Services Framework

      II.1.2)Main CPV code
      71250000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      This Professional Services Framework will be divided into two (2) Lots.

      Lot 1 — Engineering Design Support.

      Lot 2 — Project Management Services therefore seeking suppliers to provide design services and engineering project management.

      The procurement process will be carried out strictly in accordance with the Utilities Contracts Regulations 2016 using the restricted procedure.

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

      Engineering Design Support Requirements

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71320000
      71250000
      71324000
      71220000
      79933000
      71318000
      71355000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      HS1 is seeking suppliers to provide Design Services. Design Services include Architectural, Surveying Services, Costing of Works/Quantity Surveying, Communications Systems, Structural, Electrical, Mechanical, Building Services, Fire Strategy/Systems and Public Health. Design Services will be up to RIBA stage 4.

      These works will develop technical understanding of the existing assets and condition to provide justification for approvals; and develop scopes, specifications and designs.

      HS1 may require services from this Lot to provide engineering quality assurance checks and to discharge CDM duties including Client, Principal Designer, Principal Contractor.

      HS1 also wishes to use this Framework to develop internal standards, practices and contractual requirements.

      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: 400 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      After the 3 year duration of the contract, this may be renewed for an additional 12 months at the discretion of the Employer.

      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:

      Project Management Requirements

      Lot No: 2
      II.2.2)Additional CPV code(s)
      72224000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      HS1 is looking for Engineering Project Management organisations to provide HS1 with access to skilled and experienced Project Managers to assist with the management of specific discrete engineering construction projects.

      Project Managers shall have experience in delivering projects from inception to completion in Railway stations and/or large multi-use public buildings and be PRINCE 2 and/or APMP qualified and have 5 or more years of experience.

      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: 400 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

      After the 3 year duration of the contract, this may be renewed for an additional 12 months at the discretion of the Employer.

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      After the 3 year duration of the contract, this may be renewed for an additional 12 months at the discretion of the Employer.

      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
      Obligation to indicate the names and professional qualifications of the staff assigned to performing 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
      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: 07/06/2018
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 08/06/2018
      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
      Tender must be valid until: 14/10/2018
      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
      HS1 Limited
      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:
      23/05/2018
    © 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 25.05.2018
Zuletzt aktualisiert 25.05.2018
Wettbewerbs-ID 2-303061 Status Kostenpflichtig
Seitenaufrufe 54