loading
  • GB-ST4 1HH Stoke-on-Trent
  • 16.10.2018
  • Ausschreibung
  • (ID 2-314246)

Decentralised Energy Network Frameworks (Phase 1: Technical and Professional Consultancy)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.10.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Studien, Gutachten / allgemeine Beratungsleistungen / Energieplanung/ -beratung / Technische Ausrüstung / Vermessung
    Sprache Englisch
    Aufgabe
    This is the first phase of frameworks to support decentralised Energy Networks. Key features:
    (a) This phase will cover the Technical and Professional Consultancy element, i.e. services. Future frameworks will cover Supplies and Works;
    (b) Contracts will be awarded by Stoke-on-Trent City Council. However management of the frameworks will be via a Central Purchasing Body called Sinfra (UK), effectively a franchise of the Swedish purchasing body Sinfra. Contracts will be novated from the Council to Sinfra (UK);
    (c) The frameworks will be made available to other authorities, universities and hospital trusts;
    (d) Coverage will be UK wide.
    Leistungsumfang
    The purpose of this Lot is to allow a customer to commission multiple skills (between 2 and 8) within a single package. Within this Lot, the consultant is expected to:
    — Provide all of the technical requirements of Lots 1-8, above, in a combined package either directly or through a supply chain (the customer will determine how much of that expertise will be purchased),
    — Project-manage a complex district heat/energy project from initial inception to implementation.
    The consultant (either directly or through an ability and expertise to establish and manage a supply chain) will be able to demonstrate experience and expertise in:
    — Energy Mapping (see Lot 1),
    — Commercial and Techno-Economic Feasibility (see Lot 2),
    — Energy Master-planning (see Lot 3),
    — Building and Plantroom Survey (see Lot 4),
    — Detailed Route Mechanical/Electrical Design (see Lot 5),
    — Detailed Buried District Network Civil Design (see Lot 6),
    — Underground Utility Detection, Verification and Location Survey (see Lot 7,
    — Buried District Network Construction Governance (see Lot 8).
    In addition, the consultant will be able to offer a full project management package including:
    — Project leadership for a complex energy project, pro-actively managing project activities. This will require Prince 2 or equivalent project management skills,
    — Provide an effective project management process, incorporating establishing reporting arrangements (including client updates); project documentation (including a project plan); monitoring; risk management; change control process; cost management (including cost engineering); and supply chain management. This will require expertise in working with multi-disciplinary professionals,
    — Overall stakeholder management, including preparing and implementing a communications plan. This will require influencing and presentation skills, for stakeholders within and outside the customer organisation,
    — Advising on the most appropriate delivery model (direct delivery; procuring a third party; special purpose vehicle; joint venture etc),
    — Facilitate negotiation with key anchor customers,
    — Preparing the appropriate documentation to take a district energy project to market, including but not limited to all procurement documentation. This will require expertise in public sector procurement,
    — Securing all necessary statutory consents, e.g. planning permission; consent from the highway authority,
    — Managing the health and safety aspects of a project including where appropriate compliance with the Construction Design and Management Regulations 2015.
    Adresse des Bauherren UK-ST4 1HH Stoke-on-Trent
    TED Dokumenten-Nr. 392535-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Stoke-on-Trent: Architectural, construction, engineering and inspection services

      2018/S 173-392535

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Stoke-on-Trent City Council
      Civic Centre, Glebe Street
      Stoke-on-Trent
      ST4 1HH
      United Kingdom
      Contact person: Mr Jonathan Phipps
      Telephone: +44 1782232747
      E-mail: MTdjaGdabWFaZydpYWJpaWw5bG1oZF4nYGhvJ25k
      NUTS code: UK

      Internet address(es):

      Main address: https://www.stoke.gov.uk

      Address of the buyer profile: https://www.stoke.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://supplystokeandstaffs.proactishosting.com/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://supplystokeandstaffs.proactishosting.com/
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://supplystokeandstaffs.proactishosting.com/
      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:

      Decentralised Energy Network Frameworks (Phase 1: Technical and Professional Consultancy)

      Reference number: DN354983
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      This is the first phase of frameworks to support decentralised Energy Networks. Key features:

      (a) This phase will cover the Technical and Professional Consultancy element, i.e. services. Future frameworks will cover Supplies and Works;

      (b) Contracts will be awarded by Stoke-on-Trent City Council. However management of the frameworks will be via a Central Purchasing Body called Sinfra (UK), effectively a franchise of the Swedish purchasing body Sinfra. Contracts will be novated from the Council to Sinfra (UK);

      (c) The frameworks will be made available to other authorities, universities and hospital trusts;

      (d) Coverage will be UK wide.

      II.1.5)Estimated total value
      Value excluding VAT: 54 500 000.00 GBP
      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:

      Energy Mapping

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71314000
      71354100
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The consultant is required to collect and collate data as part of an energy mapping and modelling study, and present the data digitally on a suitable GIS base. As a minimum this will require extensive:

      — Analytical and data management skills (including the ability to identify sufficient accuracy of peak energy demands and annual energy consumptions for heat, cooling and power,

      — Geographic Information System (GIS) skills.

      It could also require the following capabilities (either directly or via supply chain/sub-contractor):

      — Low carbon energy specialists,

      — GIS analyst to undertake a modelling of energy (heat, cooling, power) demand calculations and calculating building footprint areas,

      — The ability to train customers in using GIS systems,

      — The ability to identify and incorporate Planning and other constraints (flood risks; protected highway corridors; Scheduled Ancient Monuments etc),

      — Master-planning.

      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: 3 000 000.00 GBP
      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.2.10)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:

      Commercial and Techno-Economic Feasibility

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71241000
      73420000
      79314000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The consultant is required to assess local opportunities for assessing the commercial, technical and economic feasibility of a decentralised energy network, including sources of heat, cooling and power generation, as well as potential customers, and develop a strategy to create commercially and technical viable solutions in a given boundary area. The outcome of such activity is a whole life cost-benefit analysis of whether a given investment in a heat network or decentralised energy system is feasible from an economic and/or environmental and/or social point of view. A successful supplier will be able to:

      — Assess the feasibility of a district heat network project and/or decentralised energy system from a technical physical point of view,

      — Evaluate the most appropriate technologies to use,

      — Based on the above, provide budget costs for the initial capital investment required for such a scheme,

      — Identify the likely cashflow, i.e. operational income and expenditure of such a scheme,

      — Based on the above analysis, make recommendations (including options appraisal).

      It could also require the following capabilities:

      — Provision of commercial advice to clients in negotiating Heads of Terms and key agreements,

      — Provision of specialist cost advice, including tax and other accountancy strategies,

      — Calculation of social costs/benefits, e.g. reducing fuel poverty,

      — Calculation of environmental costs/benefits, e.g. CO2 reduction.

      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: 6 000 000.00 GBP
      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.2.10)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:

      Energy Master-planning

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71314000
      71321000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The consultant will be required to undertake initial master-planning of a decentralised energy scheme, including identifying the feasibility of routing (where appropriate based on the energy mapping, techno-economic feasibility and any other research undertaken). A successful supplier will be able to demonstrate expertise and experience in:

      — District heat network and/or decentralised power system master-planning,

      — In-depth knowledge of district energy technologies including generation and distribution,

      — Initial route feasibility studies,

      — Business cases and business plans to inform decision-makers.

      It could also require the following capabilities (either directly or via supply chain/sub-contractor):

      — The ability to calculate and evaluate energy loads,

      — The ability to cost projects and prepare initial financial modelling,

      — The ability to advise on various technologies,

      — The ability to prepare an outline design for an energy centre.

      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: 5 000 000.00 GBP
      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.2.10)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:

      Building & Plant Room Survey

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71000000
      71321000
      71334000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The consultant will be required to review the mechanical and electrical services associated with existing plant rooms in prospective buildings to be connected to proposed energy network. This will include:

      — Ascertaining the condition of the major items of plant,

      — Assessing the capability, capacity and suitability of existing plant to manage a district energy supply,

      — Where necessary, making recommendations to adapt plant and equipment to ensure suitability with a district energy network.

      — Assessing spatial requirement to install equipment.

      The consultant should be able to review:

      — Incoming primary utilities supplies (gas; electricity; water supplies; incoming telecommunications),

      — Mechanical services (above ground drainage; internal gas distribution; hot and cold water services; space heating; mechanical heating/cooling/chilled water systems; mechanical ventilation; fire engineering),

      — Existing electrical services installation (low voltage electrical supply; telecommunications; general and emergency lighting installation; lift; security installations; CCTV; and access control system),

      — Current Building Management System (BMS) or Building Energy Management System (BEMS) in use if any, including capturing scheduling strategy for each building.

      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: 5 000 000.00 GBP
      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.2.10)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:

      Detailed Mechanical/Electrical Design

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71314100
      71321000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The consultant will be required to produce a detailed energy network mechanical and electrical design, including technical and process specifications.

      Skills required will include:

      — Experience to work under Building Information Modelling (BIM) Level 2 system,

      — Experience and expertise in both energy generation and energy transmission,

      — Experience and expertise in decentralised energy project engineering (with an emphasis on district heat and CHP schemes), including specification of equipment,

      — Experience and expertise in designing a cost effective system, maximising network capacity and pipe sizing for minimum lifecycle cost,

      — Experience and expertise energy supply and distribution in buildings.

      From time to time the following expertise may also be required:

      — Architectural, surveying and other expertise in designing an energy centre,

      — The ability to identify peak heat demands and annual consumption,

      — Development of specific software for energy modelling, demand assessment and SMART technologies.

      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: 7 000 000.00 GBP
      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.2.10)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:

      Detailed Buried District Network Civil Design

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71310000
      71322000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The consultant will be required to produce a detailed design for the installation of the buried infrastructure. Crucial to being able to meet the specification is an ability to work under Building Information Modelling (BIM) Level 2 system, and extensive experience in doing so.

      The following activities are likely to be required:

      Stage 1: Information collation and review.

      — Obtain map and utility data.

      —— GIS Map, Ordnance Survey (OS) Tiles, Utility/C2 Service Drawings and Historical OS Maps.

      — Review of project route drawings and technical reports,

      — Remote review of route,

      — Initial site technical and commercial visit and walk around,

      — Prioritised execution plan,

      — Key stakeholder identification.

      Stage 2: Desktop Study.

      — Review of historical structural/infrastructure landscapes to identify and build a knowledge base of:

      —— Foundations;

      —— Bridges;

      —— Tunnels;

      —— Canals;

      —— Road networks;

      —— Rail/Trams;

      —— Changed street layouts;

      —— Known Ground Conditions/Land Use/Contamination.

      — Build Technical and commercial risk assessment log.

      Stage 3: Route development and utility review.

      — Technical site visits,

      — Liaison and meetings with key stakeholders,

      — Review of available utility data,

      — Review of key infrastructure challenges/crossings (water courses, major highways etc.),

      — Undertaking a detailed and referenced optimum route options appraisal,

      — Develop Project Phasing and Expansion Strategies.

      Stage 4: Document Development.

      — Route drawings including outline expansion detail, and option appraisal.

      — Utility Overlay Drawings.

      — Commercial and Technical risk report and recommendations,

      — Hazard Identification Studies (HAZID),

      — Route drawing referenced with key risks and opportunities,

      — Desktop Study Report,

      — Stakeholder and Consent Matrix,

      — Detailed design and consent Programme,

      — Underground Utility Detection, Verification and Location survey programme and drawings.

      Stage 5: 2D and 3D Detailed Design

      — 2D and 3D Modelling of post processed surveys/trial holes information,

      — 2D Network route design,

      — 3D Network route design,

      — Presentation and agreement of design with client and stakeholders,

      — Production of Construction Design drawings incorporating HAZID,

      — Phase Drawings,

      — Typical Chamber Details, Communication Ducts,

      — Plan and Section view 3D Construction Drawings annotated with trench centre line, bell hole and weld positions,

      — Leak detection schematics,

      — Production of Pre-Construction Information (PCIP) including known restrictions and recommended trial holes.

      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: 7 000 000.00 GBP
      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.2.10)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:

      Underground Utility Detection, Verification and Location Survey

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The consultant will be required to undertake utilities survey in accordance with PAS 128:2014 (“Specification for underground utility detection, verification and location ”). PAS 128 defines this activity as:

      “It applies to the detection, verification and location of active, abandoned, redundant or unknown underground utilities and the location of their associated surface features (e.g. manhole covers and utility markers). It applies regardless of where these utilities are located (e.g. in urban or rural areas, in the street, or on private sites such as hospitals or airfields). It applies to utilities buried no deeper than 3 m.”

      In the context of this framework it covers surveys relevant to district energy projects. It covers all 4 types of activity covered in PAS 128, namely:

      — Desktop utility records search,

      — Site reconnaissance,

      — Detection,

      — Verification.

      Additional skills which will be required include:

      — The ability to undertake geological and geophysical investigation,

      — Ability to manage, interpret and manipulate results via a CAD and/or GIS format.

      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: 5 000 000.00 GBP
      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.2.10)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:

      Buried District Network Construction Contract Management

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71310000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The consultant will support the customer to package the specification for the civil works to procure the installation of the district network infrastructure. And once the contractor is appointed, the consultant will ensure on behalf of the customer that the delivery of the works is completed under the quality, cost and time parameters, effectively acting as employers’ agent.

      The consultant should have the following experience:

      — Extensive knowledge in HSE and CDM,

      — Working within public sector governance,

      — Combined experience in construction, energy supply, operation, commercial, financial and legal in the field of infrastructure for decentralised energy systems,

      — Practical experience of delivery and operation of decentralised energy system,

      — Practical drafting, implementation and enforcement,

      — Practical supervision and governance.

      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: 9 000 000.00 GBP
      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.2.10)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:

      Project Management for Full Feasibility Support (Combining Lots 1-8)

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71200000
      71300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The purpose of this Lot is to allow a customer to commission multiple skills (between 2 and 8) within a single package. Within this Lot, the consultant is expected to:

      — Provide all of the technical requirements of Lots 1-8, above, in a combined package either directly or through a supply chain (the customer will determine how much of that expertise will be purchased),

      — Project-manage a complex district heat/energy project from initial inception to implementation.

      The consultant (either directly or through an ability and expertise to establish and manage a supply chain) will be able to demonstrate experience and expertise in:

      — Energy Mapping (see Lot 1),

      — Commercial and Techno-Economic Feasibility (see Lot 2),

      — Energy Master-planning (see Lot 3),

      — Building and Plantroom Survey (see Lot 4),

      — Detailed Route Mechanical/Electrical Design (see Lot 5),

      — Detailed Buried District Network Civil Design (see Lot 6),

      — Underground Utility Detection, Verification and Location Survey (see Lot 7,

      — Buried District Network Construction Governance (see Lot 8).

      In addition, the consultant will be able to offer a full project management package including:

      — Project leadership for a complex energy project, pro-actively managing project activities. This will require Prince 2 or equivalent project management skills,

      — Provide an effective project management process, incorporating establishing reporting arrangements (including client updates); project documentation (including a project plan); monitoring; risk management; change control process; cost management (including cost engineering); and supply chain management. This will require expertise in working with multi-disciplinary professionals,

      — Overall stakeholder management, including preparing and implementing a communications plan. This will require influencing and presentation skills, for stakeholders within and outside the customer organisation,

      — Advising on the most appropriate delivery model (direct delivery; procuring a third party; special purpose vehicle; joint venture etc),

      — Facilitate negotiation with key anchor customers,

      — Preparing the appropriate documentation to take a district energy project to market, including but not limited to all procurement documentation. This will require expertise in public sector procurement,

      — Securing all necessary statutory consents, e.g. planning permission; consent from the highway authority,

      — Managing the health and safety aspects of a project including where appropriate compliance with the Construction Design and Management Regulations 2015.

      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: 7 500 000.00 GBP
      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.2.10)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:

      Suppliers must be able to demonstrate compliance with recognised industry standards.

      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
      Open 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: no
      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: 16/10/2018
      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
      Date: 16/10/2018
      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:
      VI.4)Procedures for review
      VI.4.1)Review body
      Stoke-on-Trent City Council
      Civic Centre
      Stoke-on-Trent
      ST4 1HH
      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:
      06/09/2018
    © 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 10.09.2018
Zuletzt aktualisiert 10.09.2018
Wettbewerbs-ID 2-314246 Status Kostenpflichtig
Seitenaufrufe 38