Geotechnical Surveys for Leicestershire County Council
Soils and Materials Testing and Ground Radar and Geotechnical Surveys 2016/2018.
United Kingdom-Leicester: Architectural, construction, engineering and inspection services
2016/S 102-182933
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leicestershire County Council
Croft Depot, Arbor Road, Croft
For the attention of: Mrs Fiona Hollis
LE9 3GE Leicester
UNITED KINGDOM
Telephone: +44 1163055192
E-mail: fiona.hollis@leics.gov.uk
Internet address(es):
General address of the contracting authority: http://www.leics.gov.uk
Address of the buyer profile: http://www.leics.gov.uk
Electronic access to information: www.eastmidstenders.org
Electronic submission of tenders and requests to participate: www.eastmidstenders.org
Further information can be obtained from: Leicestershire County Council
Croft Depot, Arbor Road, Croft
For the attention of: Mrs Fiona Hollis
LE9 3GE Leicester
UNITED KINGDOM
Telephone: +44 1163055192
E-mail: fiona.hollis@leics.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leicestershire County Council
Croft Depot, Arbor Road, Croft
For the attention of: Mrs Fiona Hollis
LE9 3GE Leicester
UNITED KINGDOM
Telephone: +44 1163055192
E-mail: fiona.hollis@leics.gov.uk
Tenders or requests to participate must be sent to: Leicestershire County Council
Croft Depot, Arbor Road, Croft
For the attention of: Mrs Fiona Hollis
LE9 3GE Leicester
UNITED KINGDOM
Telephone: +44 1163055192
E-mail: fiona.hollis@leics.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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
NUTS code UKF2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Contract will be awarded for the 2016/2017 season with a works period between 8.8.2016 and 31.3.2018. Works as and when required will be instructed by a Task Order.
The 1st years’ work Only is included within the price lists which will be doubled up to come up with the Total bid for the works. The estimated contract value is 100 000 GBP per annum for Lot 1 (Laboratory Testing and Geotechnical Services) and 40 000 GBP per annum for Lot 2 (Utility Mapping Surveys).
Depending on the Contractor’s performance the Contract may be extended in 1 year increments for a further 2 years making maximum length of contracts of 4 years.
N.B: We will review the quality of materials and workmanship on a 6 monthly basis and also completion of task orders within agreed time-scales. The Employer intends to appoint only 1 Contractor to each Lot. Tenderer’s can bid and be awarded either 1 Lot or both Lots.
II.1.6)Common procurement vocabulary (CPV)
71000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Contract will be awarded for the 2016/2017 season with a works period between 8.8.2016 and 31.3.2018. Works as and when required will be instructed by a Task Order.
The 1st years’ work Only is included within the price lists which will be doubled up to come up with the Total bid for the works. The estimated contract value is 100 000 GBP per annum for Lot 1 (Laboratory Testing and Geotechnical Services) and 40 000 GBP per annum for Lot 2 (Utility Mapping Surveys).
Depending on the Contractor’s performance the Contract may be extended in 1 year increments for a further 2 years making maximum length of contracts of 4 years.
N.B: We will review the quality of materials and workmanship on a 6 monthly basis and also completion of task orders within agreed time-scales. The Employer intends to appoint only 1 Contractor to each Lot. Tenderer’s can bid and be awarded either 1 Lot or both Lots.
Estimated value excluding VAT:
Range: between 280 000 and 560 000 GBP
II.2.2)Information about options
Description of these options: Depending on the Contractor’s performance the Contract may be extended in 1 year increments for a further 2 years making maximum length of contracts of 4 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
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
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
Minimum level(s) of standards possibly required: Refer to Invitation to Tender.
III.2.3)Technical capacity
Refer to Invitation to Tender.
Minimum level(s) of standards possibly required:
Refer to Invitation to Tender.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
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
‘The Council is using the East Midlands Procurement Portal (https://www.eastmidstenders.org ) to administer this procurement. The eProcurement Portal is a very secure system and is simple to use. However, if this is the 1st time you will be using the system for submitting documents you should read the comprehensive ProContract reference guides which will provide the guidance required by clicking the “Help ” icon that is located on the home page on the top right of the EastMidsTenders System. If after reading the ProContract reference guides you are still unable to resolve your issue in using the system and require support please contact the Due North Technical Support Team. Contact details are as below: Due North Technical Support Team by email: support@due-north.com Telephone. 01670 597 136 telephone: lines open from 08:30 to 17:00, Monday to Friday (excluding public holidays in England). Or where the Council intends to hold a bidders event then it is advisable to insert the details of the event in this section.’
VI.4.1)Body responsible for appeal procedures
High Court, Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Internet address: http://www.hmcourts-service.gov.uk
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Supply of Regional Exploration Maps to Oil and Gas Authority
Tender for Groundwater Borehole Drilling
Ground Investigation Drilling Term Contract
Topographical Surveying Framework