loading
  • GB-B4 6GA Birmingham
  • 16.11.2018
  • Ausschreibung
  • (ID 2-318082)

Asset Management System Definition and Development Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.11.2018, 17:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Verkehr
    Art der Leistung Objektplanung Verkehrsanlagen
    Sprache Englisch
    Aufgabe
    High Speed Two (HS2) Limited (HS2 Ltd) intends to procure a single supplier framework for the definition and development of an asset management system.
    Leistungsumfang
    High Speed Two (HS2) Limitedd (HS2 Ltd) intends to procure a single supplier framework for the definition and development of an asset management system.
    Adresse des Bauherren UK-B4 6GA Birmingham
    TED Dokumenten-Nr. 455560-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Birmingham: Project management consultancy services

      2018/S 200-455560

      Contract notice – utilities

      Services

      Legal Basis:

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      High Speed Two (HS2) Ltd
      High Speed Two (HS2) Ltd, Two Snowhill, Snow Hill Queensway
      Birmingham
      B4 6GA
      United Kingdom
      Contact person: Taylor McGregor
      E-mail: MThMWXFkZ2omRVs/al1fZ2o4YGsqJmdqXyZtYw==
      NUTS code: UK

      Internet address(es):

      Main address: www.gov.uk/hs2

      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://hs2.bravosolution.co.uk/web/index.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://hs2.bravosolution.co.uk/web/index.html
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Railway services

      Section II: Object

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

      Asset Management System Definition and Development Framework

      II.1.2)Main CPV code
      72224000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      High Speed Two (HS2) Limited (HS2 Ltd) intends to procure a single supplier framework for the definition and development of an asset management system.

      II.1.5)Estimated total value
      Value excluding VAT: 1 000 000.00 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)
      71311200
      79400000
      79410000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      High Speed Two (HS2) Limitedd (HS2 Ltd) intends to procure a single supplier framework for the definition and development of an asset management system.

      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: 1 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 25/02/2019
      End: 24/02/2023
      This contract is subject to renewal: no
      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
      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.1.4)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 a single operator
      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: 16/11/2018
      Local time: 17:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 07/12/2018
      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
      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
      High Court
      Royal Courts of Justice, Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 20794760000
      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:
      11/10/2018
    © 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 17.10.2018
Zuletzt aktualisiert 17.10.2018
Wettbewerbs-ID 2-318082 Status Kostenpflichtig
Seitenaufrufe 41