Ausschreibungen u. Aufträge: Management von Schadenansprüchen und verbundene Dienstleistungen - UK-London
Dienstleistungen für Unternehmen in den Bereichen Architektur, Ingenieurwesen, Bauten, Rechts- und Wirtschaftsfragen sowie in anderen Fachbereichen.
Dokument Nr...................: 147422-2004
Veröffentlicht................: 02.09.2004
*
AUFTRAGSBEKANNTMACHUNG - SEKTOREN
Dienstleistungsauftrag
I.1) Offizieller Name und Anschrift des Auftraggebers: Network Rail
Infrastructure Ltd, Att: Andy Kelly, 40 Melton Street, Floor 9, Euston
Square, UK-London NW1 2EE. Tel.: +44 (0) 207 557 9561. E-mail:
andy.kelly2@networkrail.co.uk. URL: www.networkrail.co.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 der
Teilnahmeanträge: 37 Tage nach Versendung der Bekanntmachung.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE - UTILITIES
Services
This contract is covered by the Government Procurement Agreement (GPA):
No.
SECTION I: CONTRACTING ENTITY
I.1) Official name and address of the contracting entity: Network Rail
Infrastructure Ltd, Att: Andy Kelly, 40 Melton Street, Floor 9, Euston
Square, UK-London NW1 2EE. Tel.: +44 (0) 207 557 9561. E-mail:
andy.kelly2@networkrail.co.uk. URL: www.networkrail.co.uk.
I.2) Address from which further information can be obtained: Network
Rail, Att: Keith Bland, 40 Melton Street, UK-London NW1 2EE. Tel.: 0207
557 8456. E-mail: keith.bland@networkrail.co.uk. URL:
www.networkrail.co.uk.
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.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.3) Type of service contract: Service category: 12.
II.1.4) Framework agreement: Yes.
II.1.5) Title attributed to the contract by the contracting entity:
Provision of claims management and associated services.
II.1.6) Description/object of the contract: Network Rail requires
support with its claims management services for supplier contracts. It is
intended to enter into framework agreements with a number of suitable
professional service providers on a regional and/or national basis to
cover the United Kingdom.
Network Rail may utilise the responses to this notice as a
prequalification exercise and select a list of tenderers directly from
those responding or, if deemed more appropriate, may undertake a further
prequalification exercise. Reponses should therefore state clearly which
areas of service are of interest and contain all the information
requested within this notice.
II.1.7) Site or location of works, place of delivery or performance: The
provision of these services will be throughout the UK. Although specific
locations will be detailed for individual commissions as they arise.Those
registering an interest should at this stage provide details of
capability, location of facilities and support infrastructure and confirm
the extent of their geographical coverage.
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.
One lot.
Several lots.
II.1.10) Will variants be accepted: No.
II.1.11) Derogation from the use of European specifications: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: Framework contracts may be let on a
national, geographical and/or activity basis. Flexibility will be
expected from successful suppliers in relation to methods of working and
contracting for individual commissions. Where possible it is intended
that commissions will relate to specific packages of work.
II.2.2) Options. Description and time when they may be exercised: It is
envisaged that contracts will be let as 36-60 month arrangements with
options to extend for a further 36-60 months.
II.3) Duration of the contract or time period for execution: Starting:
1.1.2005.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: Parent-company guarantees may
be required.
III.1.2) Main terms of financing and payment and/or reference to the
provisions in which these are contained: Payment terms shall be included
in the invitation to 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: To be
covered in the invitation to tender documentation if appropriate.
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 capacity required:
Information submitted under this pre-qualification requirement should be
limited to 20 A4 pages and contain the details listed below. Any
supporting literature should be submitted as appendices.
III.2.1.1) Legal position - means of proof required: Certificate of
Incorporation or other legal form to prove legal entity and status.
III.2.1.2) Economic and financial capacity - means of proof required: A
copy of the company"s audited accounts for each of the last three years.
Details of company structure together with turnover related to the
relevant part of the group.
Details of all employer"s liability, public liability, product liability,
all risks and professional indemnity insurance.
Names and contact details of three relevant references - with details of
relevant goods or services supplied.
A single contact point for any subsequent contact.
Network Rail may or may not offer the opportunity for the interested
parties to present their company before tenderers are selected.
III.2.1.3) Technical capacity - means of proof required: A clear
statement confirming the supplier"s interest in and ability to provide
the services (from section 11.1.6).
Evidence / experience of providing such services in similar quantities.
Details of existing relevant contracts.
Details of any recent similar contracts to the rail or other safety
aware, public facing organisation.
An outline of your proposed approach to meeting the needs of the likely
requirements.
Details of staff numbers and structure.
Details of geographical coverage.
Details of whether the company would act as a single entity or in
partnership with others.
III.2.1.4) Other information: The negotiated procedure as defined in
Directive 93/38/EEC will apply to any contract resulting from this
prequalification.
Also to be provided by those wishing to prequalify:
Details of your health and safety policy.
Details of any prosecutions or outstanding judgements relating to health
and safety matters over the last five years.
A copy of the company"s environmental policy statement.
A description of quality-management systems employed by the company.
Any other information pertinent to the prequalification application -
bearing in mind the requirement under III.2.1 to limit the response to 20
pages.
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: No.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Negotiated.
IV.1.2) Number of firms which will be invited to tender: Minimum: 5 -
Maximum: 30.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated in contract documents.
IV.3) Administrative information
IV.3.3) Deadline for receipt of tenders or participation requests: 37
days from dispatch of notice.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Scheduled date: 18.10.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.6) Minimum period for which the tenderer is required to keep open
the offer: 3 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: To
be determined.
IV.3.7.2) Date, time and place: To be determined.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.2) Indication whether this contract is a recurrent one and the
estimated timing for further notices to be published: 36 to 60 months.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.5) Date of dispatch of this notice: 24.8.2004.
--------------------------------------------------------------------------------
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