Ausschreibungen u. Aufträge: Dienstleistungen bezüglich Produktdesign - UK-Manchester
Dienstleistungen bezüglich Produktdesign.
Dokument Nr...................: 150270-2004
Veröffentlicht................: 08.09.2004
*
VERGABEBEKANNTMACHUNG
Dienstleistungsauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Greater Manchester Transport Executive, Att: Jacinta Emmerich, 9 Portland
Street, Piccadilly Gardens, UK-Manchester M60 1HX. Tel.: 0161 242 6332.
Fax: 0161 242 6333. E-mail: jacinta.emmerich@gmpte.gov.uk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 74840000.
Beschreibung: Dienstleistungen bezüglich Produktdesign.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 11.10.2004. 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: Greater
Manchester Transport Executive, Att: Jacinta Emmerich, 9 Portland Street,
Piccadilly Gardens, UK-Manchester M60 1HX. Tel.: 0161 242 6332. Fax: 0161
242 6333. E-mail: jacinta.emmerich@gmpte.gov.uk.
I.2) Address from which further information can be obtained: Greater
Manchester Transport Executive, Facilities Development, Att: Chris
Barnes, 9 Portland Street, Piccadilly Gardens, UK-Manchester M60 1HX.
Tel.: 0161 242 6948. Fax: 0161 242 6255. E-mail:
chris.barnes@gmpte.gov.uk.
I.3) Address from which documentation may be obtained: Greater
Manchester Transport Executive, Facilities Development, Att: Chris
Barnes, 9 Portland Street, Piccadilly Gardens, UK-Manchester M60 1HX.
Tel.: 0161 242 6948. Fax: 0161 242 6255. E-mail:
chris.barnes@gmpte.gov.uk.
I.4) Address to which tenders/requests to participate must be sent:
Greater Manchester Transport Executive, Att: Projects Director, 9
Portland Street, Piccadilly Gardens, UK-Manchester M60 1HX. Tel.: 0161
242 6251. Fax: 0161 242 6306. E-mail: chris.barnes@gmpte.gov.uk.
I.5) Type of contracting authority: Regional/local level.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.3) Type of service contractService category: 27.
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting authority:
Proposed Transport Interchange : Rochdale 04 - Provision of Quantity
Surveying Services.
II.1.6) Description/object of the contract: Greater Manchester Passenger
Transport Executive, in conjunction with its scheme partner Rochdale
Development Agency, is seeking to appoint suitably experienced Quantity
Surveyor to participate within a project team for the design and
implementation of a new transport interchange within Rochdale town centre.
GMPTE and RDA are looking to provide a new transport interchange in
Rochdale that provides and facilitates the following:
- An alternative and user friendly waiting environment
- A high degree of shelter and comfort for passengers
- Personal safety, security and accessibility
- Clear, concise, easy to understand passenger information
- Safe, efficient and flexible bus operation
- An overall environment that promotes greater use of public transport
- Improved pedestrian links within the town centre
- Improvements to the public realm townscape
GMPTE are committed to providing a high quality service to public
transport users with the emphasis on modern innovative designs that can
be easily managed and maintained.
To be considered for short-listing for this project, companies will need
to show an effective track record for major schemes in this sector and
for the full range of services require.d
It is anticipated that the overall cost of the construction works
associated with this scheme will be in the region of 9.5 million GBP,
with work schedules to start on site in early 2006.
Consultants wishing to be included on the Secect Tender List must
demonstrate their ability to undertake the above shcem in their
expression of interest. In addition, consutlatns applying must provide
the following information with their submission:
1 Full registered company name, address and registration number, or the
firm"s full trading name and address
2 The names and addresses of three technical referees who are able to
provide a reference of the applicant"s competence in relation to this
type of scheme.
3 The names and qualifications of the partners or directors and staff who
will undertake the commission, and details of their relevant experience.
4 Financial reports for the company for the last three years.
5 Illustrated and descriptive examples of relevant recently completed
projects.
6 An outline Method Statement on the proposed approach to the provision
of the services (single A4 sheet).
7 The name and address of the company"s bankers.
8 Details of PI insurance policies, value of cover and proof that such
cover is held.
It is anticipated that short-listed applicants will be invited to tender
during October 2004. Tenders will be evaluated on both price and quality.
As part of the tender evaluation process selected tenderers may be
invited to interview to present their initial proposals.
II.1.7) Site or location of works, place of delivery or performance:
Rochdale
NUTS code: UK820.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 74840000.
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: Estimated value = 225 000 GBP.
II.2.2) Options. Description and time when they may be exercised: There
is no option to extend the scope of the contract.
II.3) Duration of the contract or time limit for completion: 36 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: As stated in the contract
description..
III.1.2) Main terms of financing and payment and/or reference to the
relevant provisions: As stated in the contract description.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: N/A.
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.2.1.1) Legal position - means of proof required: (1) An extract from
the "judicial record" or equivalent issued by the legal or administrative
authority of the country of origin, by a declaration on oath or by a
solemn declaration made before a competent judicial or administrative
authority, a notary or a competent professional or trade body,
demonstrating that the bidder: a) is not bankrupt or being wound up, its
affairs are not being administered by the court, it has not entered into
an arrangement with creditors, it has not suspended business activities
or is not in any analogous situation arising from a similar procedure
under national laws and regulations; (b) is not the subject of
proceedings for a declaration of bankruptcy, or for an order for
compulsory winding up or administration by the court or for an
arrangement with creditors or of any other similar proceedings under
national laws and regulations; (c) has not been convicted of an offence
concerning his professional conduct by a judgment which has the force of
res judicata (i.e. a matter which has already been conclusively decided
by a court).
(2) A certificate issued by the competent authority in the Member State
concerned, or a declaration on oath or by a solemn declaration made
before a competent authority, a notary or a competent professional or
trade body, to the effect that the bidder has fulfilled its obligations
relating to the payment of taxes and social security contributions in
accordance with the legal provisions of the country in which the bidder
is established.
(3) A certificate, declaration under oath, or solemn declaration
providing proof that the bidder is enrolled on the professional or trade
registers of his country of establishment, or where no such register
exists a declaration under oath or solemn declaration that he exercises
the particular profession or trade.
III.2.1.2) Economic and financial capacity - means of proof required:
Presentation of the bidder"s balance sheets or extracts from the balance
sheets, where publication of the balance sheet is required under the law
of the country in which the bidder is established.
III.2.1.3) Technical capacity - means of proof required: (1) A statement
of the educational and professional qualifications of the bidder"s
managerial staff and of those persons who will be responsible for
carrying out the contract requirements.
(2) A list of the works carried out by the bidder over the past five
years, accompanied by certificates of satisfactory execution for the most
important works. These certificates shall indicate the value, date and
site of the works and shall specify whether they were carried out
according to the rules of the trade and properly completed. Where
necessary, the competent authority shall submit these certificates to the
contracting authority direct.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
Yes.
Consultants will need to be accredited by the relevant professional body.
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.1.4) Envisaged number of suppliers which will be invited to tender:
Number: 5.
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: CJB/04.
IV.3.3) Time-limit for receipt of tenders or requests to participate:
11.10.2004. Time: 12:00.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Estimated date: 22.10.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.7) Conditions for opening tenders
IV.3.7.1) Persons authorised to be present at the opening of tenders: No
bidders will be allowed to attend tender opening.
IV.3.7.2) Date, time and place: 1.12.2004-12.00.
9 Portland Street Manchester.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.2) Indication whether this procurement is a recurrent one and the
estimated timing for further notices to be published: N/A.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: (MT Ref:32480).
VI.5) Date of dispatch of this notice: 3.9.2004.
--------------------------------------------------------------------------------
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