Engineering Consultancy Services
Structural engineering, Civil engineering, Building surveying, Building services engineering, Cost consultancy, Construction, Design and Management Coordination, Project Management, Environmental and Ecological, Telecommunications, Architectural, Pedestrian modelling, Land valuation/Rent reviews
Planning, Highways, Geomantics, Asbestos.
UK-Swindon: Architectural, construction, engineering and inspection services
2013/S 060-101158
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
First Rail Holdings
4th Floor, Milford House, Milford Street
For the attention of: Kevin Bartlett
SN1 1HL Swindon
UNITED KINGDOM
E-mail: jon.blackwell@firstgroup.com
Internet address(es):
General address of the contracting entity: www.firstgroup.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
The provision of various property and engineering consultancy services
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: UK
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 5
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 500 000,00 and 3 500 000,00 GBP
II.1.5)Short description of the contract or purchase(s):
The provision of various property and engineering consultancy services that shall include (not exhaustive) the following:
Structural engineering
Civil engineering
Building surveying
Building services engineering
Cost consultancy
Construction, Design and Management Coordination
Project Management
Environmental and Ecological
Telecommunications
Architectural
Pedestrian modelling
Land valuation/Rent reviews
Planning
Highways
Geomantics
Asbestos
as required to support FirstGroup requirements.
II.1.6)Common procurement vocabulary (CPV)
71000000, 71200000, 71300000, 71400000, 71500000, 71600000, 71700000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: details to be included within the tender documents.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 8.4.2013 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.4.2013 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:21.3.2013
Requirement: Engineering Consultancy Services