Geotechnical Engineering Services Glasgow
Works will include soils and rotary drilling and trial pitting at selected locations to recover samples for testing and to undertake in situ testing geological mapping may also be required. A factual report will also be required on completion of the works.
United Kingdom-Glasgow: Geotechnical engineering services
2014/S 081-141489
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
Other: Transport
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
A82 Tarbet to Inverarnan – Preliminary Ground Investigation Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: A82 Tarbet to Inverarnan, Loch Lomond, Scotland.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Works to comprise ground investigation to inform route option selection. Works will include soils and rotary drilling and trial pitting at selected locations to recover samples for testing and to undertake in situ testing geological mapping may also be required. A factual report will also be required on completion of the works.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=295291
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
Estimated value excluding VAT:
Range: between 270 000 and 505 000 GBP
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
Starting 18.4.2014. Completion 23.1.2015
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details to be included in the Tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be covered in the Tender documents.
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
Information and formalities necessary for evaluating if the requirements are met: Information required from economic operators to demonstrate their personal situation is covered in the Pre-qualification Questionnaire document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The details required from economic oprators to demonstrate their economic and financial capacity are covered in the Pre-qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The details required from economic operators to demonstrate their technical capacity is covered in the Pre-qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Prequalification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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 authority:
TS/MTRIPS/SER/2014/03
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 29.5.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
29.5.2014 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
13.6.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:295291)
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:23.4.2014