Ausschreibungen u. Aufträge: Dienstleistungen für Unternehmen in den Bereichen Architektur, Ingenieurwesen, Bauten, Rechts- und Wirtschaftsfragen sowie in anderen Fachbereichen - UK-London
Dienstleistungen für Unternehmen in den Bereichen Architektur, Ingenieurwesen, Bauten, Rechts- und Wirtschaftsfragen sowie in anderen Fachbereichen.
Dokument Nr...................: 147344-2004
Veröffentlicht................: 02.09.2004
*
VERGABEBEKANNTMACHUNG
Dienstleistungsauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Transport for London, Att: Dawn Stelling, Windsor House, 42-50 Victoria
Street, UK-London SW1H 0TL. Tel.: +44(0)207914500. E-mail:
bpep.professional.consultancy.team@tube.tfl.gov.uk. URL: www.tfl.gov.uk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 74000000.
Beschreibung: Dienstleistungen für Unternehmen in den Bereichen
Architektur, Ingenieurwesen, Bauten, Rechts- und Wirtschaftsfragen sowie
in anderen Fachbereichen.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 37 Tage nach Versendung der Bekanntmachung. Uhrzeit:
12:00.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE
Services
This contract is covered by the Government Procurement Agreement (GPA):
Yes.
SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority: Transport
for London, Att: Dawn Stelling, Windsor House, 42-50 Victoria Street,
UK-London SW1H 0TL. Tel.: +44(0)207914500. E-mail:
bpep.professional.consultancy.team@tube.tfl.gov.uk. URL: www.tfl.gov.uk.
I.2) Address from which further information can be obtained: As in I.1.
I.3) Address from which documentation may be obtained: As in I.1.
I.4) Address to which tenders/requests to participate must be sent: As
in I.1.
I.5) Type of contracting authority: Regional/local level.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.4) Framework agreement: Yes.
II.1.5) Title attributed to the contract by the contracting authority:
Engineering and Project Management Framework Agreement.
II.1.6) Description/object of the contract: The contracting authority
requires a framework agreement for engineering and project management
consultancy services.
Architectural, engineering, construction, legal, accounting and other
professional services.
II.1.7) Site or location of works, place of delivery or performance:
London, within zones 1 to 4 of the tube network.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 74000000.
II.1.9) Division into lots: Yes.
Tenders may be submitted for: All lots.
II.1.10) Will variants be accepted: Yes.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: There will be ten categories of work
within the framework. Expressions of interest will be accepted for any
number of categories, please clearly identify which categories you wish
to apply for.
1. Project management, includes: case management, integration/interface
management, performance management/best practice, planning and
scheduling, project control systems, project and programme management,
project risk and management, construction management, stakeholder
management and value management.
2. Railway engineering, includes: audit assurance and inspections, civil
engineering, communications, compliance, electrical and mechanical, EMC
engineering strategy and vision, fares and collection, fire engineering,
freight handling, incident investigation, infrastructure protection,
lifts and escalators, line capacity evaluation, line upgrades, logistics,
permanent way, possession management, power, quality, railway signaling,
rolling stock, signaling, standards, station design and operations,
station operation management, stations and depots, supplier
accreditation, surveillance systems and equipment, systems engineering,
systems integration, systems performance and train and traffic control
systems,
3. Traffic engineering, includes: parking and design assessments, road
safety audits, technical specification and standards, traffic
engineering, traffic management and area improvement, traffic signal
design, traffic surveys and transport assessment.
4. Transport planning, includes: accessibility, accident and incident
report, business case development, emergency response service, freight
planning, GIS (graphic information systems) databases, interchange
planning, land use planning, market intelligence, market planning, market
research, reliability modeling, segmentation, service planning, station
planning, transport economics, transport policy and operations and
transport traffic modeling.
5. Environmental engineering includes: air pollution, biodiversity,
environmental engineering, environmental management, impact assessment,
infrastructure planning, appraised and evaluation and noise.
6. Civil and structural engineering includes: bridges - design and
assessment engineering, civil engineering, earthwork structures,
geotechnical engineering, GIS, highway, highway design, hydraulics and
drainage, road/rail interface, site investigations and site supervision.
7. Mechanical and electrical, includes: building services engineering,
fire and security engineering, heating and ventilation/AC engineering,
information systems engineering and lifts and escalator engineering.
8. Assurance, includes: audits and inspection, due diligence, engineering
assurance, human factors, planning supervision/CDM, project auditing,
quality assurance, risk assessment, safety and security, safety risk
assessment/safety case preparation and standards and regulations.
9. Strategy, includes: business case development, integration management,
knowledge management, operation and maintenance, requirements management,
research and development, technology management and testing and
commissioning.
10. Asset management, includes: asset information management, asset
management strategy/policy/regimes, asset strategy and vision, good
practice determination and benchmarking, life cycle costing, supplier
management and validation/verification, valuation and property surveying
and whole life management.
II.3) Duration of the contract or time limit for completion: 48 months
from the award of the contract.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: All requirements shall be
detailed in the tender documentation.
III.1.2) Main terms of financing and payment and/or reference to the
relevant provisions: All requirements shall be included in the tender
documentation.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: The
contracting authority requires that any contract(s) awarded be entered
into by a single legal entity on the part of the successful candidate(s).
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum economic, financial and
technical capacity required:
III.2.1.2) Economic and financial capacity - means of proof required:
Interested parties may be required to supply copies of their most recent
three years audited accounts. (The services of a third party financial
assessment agency may also be used).
III.2.1.3) Technical capacity - means of proof required: A
pre-qualification questionnaire detailing the service provider"s
technical capability will be sent to all interested parties.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
No.
III.3.2) Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract: Yes.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Restricted.
IV.1.1) Candidates already selected: No.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated in contract documents.
IV.3) Administrative information
IV.3.1) Reference number attributed to the file by the contracting
authority: EPM/2004/DS.
IV.3.3) Time-limit for receipt of tenders or requests to participate: 37
days from dispatch of notice. Time: 12:00.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Estimated date: 17.12.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.6) Minimum time frame during which the tenderer must maintain its
tender: 6 months from the deadline stated for receipt of tenders.
IV.3.7) Conditions for opening tenders
IV.3.7.1) Persons authorised to be present at the opening of tenders:
Sealed tenders will be opened by officers of the Awarding Authority.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: a) Transport for London (TFL) is a complex
organisation operating both as an executive agency of the Greater London
Authority (GLA) under the direction of the Mayor of London and as a
provider of transport services. The scope of proposed services may
encompass activities within the scope of both Directive 93/38/EEC and
Directive 92/50/EEC. Services to be provided in relation to activities
which are subject to the Directives 93/38/EEC (Utilities) will not be
subject to a separate notice. The services may be provided to TFL and/or
its subsidiaries and may also encompass London Regional Transport (LRT)
and/or the GLA.
b) Further Information on TFL may be found at
www.transportforlondon.gov.uk and www.tfl.gov.uk/procurement.
c) Contract(s) may be awarded to the successful contractor by any part of
TFL and/or any of its subsidiaries.
d) The awarding authority reserves the right to withdraw from the
procurement process and/or not to award any contract as a result of the
competition called for by this notice and the awarding authority shall
not be liable for any costs or expenses incurred by any candidates in
considering and/or responding to this notice and/or participating the
procurement process.
e) All discussions and meetings will be conducted in English.
f) Tenders and supporting documents must be priced in sterling and all
payments under the contract will be made in sterling.
g) TFL may interview any or all entities who express an interest in
tendering for this work. Anyone interested in participating in these
activities should express their interest by email to the addresses stated
in 1.4 above quoting reference EPM/2004/OS and stating the categories
that they wish to be considered for. TFL reserves the right to conduct
all or part of the procurement process via electronic means, such as
electronic tendering and/or electronic auctions.
VI.5) Date of dispatch of this notice: 26.8.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de