Öffentliche Ausschreibungen Öffentliche Ausschreibung Auftragsbekanntmachungen

Home
Ausschreibungen, tagesaktuell
Ausschreibung: DeutschlandDeutschland
Ausschreibung: Ingenieure u. ArchitektenIngenieure u. Architekten
Ausschreibung: EDV, Hardware, SoftwareEDV-Hard- u. -Software
Ausschreibung: Hochbau, Tiefbau, Trockenbau, BauBauausschreibungen
Ausschreibung: Regionale ÜbersichtRegionale Übersicht
AusschreibungsarchivAusschreibungsarchiv
Kostenlose Services
Ausschreibung: Gastzugangkostenloser Gastzugang
Ausschreibung: Suche mittels CPV-CodesAusschreibungssuche mittels CPV-Codes
Ausschreibung: eMail, automatische, tagesaktuellAusschreibungen per eMail, automatische, tagesaktuell
Ausschreibung: Suchprofil, individuell, mit ErgebnisübersichtSuchprofil, individuell, mit Ergebnisübersicht
Abonnenten/Gäste
TED Online ZugangTED-DB Online Zugang
BfAI Online ZugangBfAI-DB Online Zugang
Anmeldung
Ausschreibung: TED - Alert, Leistungen/PreiseLeistungen/Preise, TED - Alert ab EUR 10,-/Monat
Ausschreibung: Anmeldung zu TED-AlertAnmeldung zu TED-Alert
Ausschreibung: Anmeldung zu BfAI-AlertAnmeldung zu BfAI-Alert
Info / Datenquellen / Datenbeschreibungen
Ausschreibung: Info zu TED-Alert und BfAI-AlertInfo TED-/BfAI-Alert
Ausschreibung: DatenbeschreibungDatenbeschreibung TED
Ausschreibung: CPV-Codes, Klassifizierung von Ausschreibungen in TED-DBTED-DB; CPV-Codes
Ausschreibung: SIC-Codes, Klassifizierung von Ausschreibungen in BfAI-DBBfAI-DB; SIC-Codes
Miscellaneous
Ausschreibung: VeröffentlichenAusschreibungen veröffentlichen
Ausschreibung: Integrieren Sie eine Ausschreibungsabfragen auf Ihrer Websitelink2us
RSS Feed 'Aktuelle Ausschreibungen / Auftragsbekanntmachungen    RSS Feed
    NewsReader Download
Ausschreibung: KontaktKontakt
Ausschreibung: DokumentenlieferserviceDokumentenlieferservice im Auftrag des AAVEG
Ausschreibung: LinksLinks
Ausschreibung: ImpressumImpressum
Ausschreibung: FirmenprofilFirmenprofil
   

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
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau