Trinity House: GEO-TECHNICAL SURVEYING AND INSPECTION

  Trinity House has published this notice through Delta eSourcing

Notice Summary
Title: GEO-TECHNICAL SURVEYING AND INSPECTION
Notice type: Contract Notice
Authority: Trinity House
Nature of contract: Services
Procedure: Open
Short Description: FRAMEWORK AGREEMENT FOR THE PROVISION OF GEOTECHNICAL SERVICES TOSUPPORT THE ASSET MANAGEMENT OF THE TRINITY HOUSE LIGHTHOUSE ESTATE.
Published: 30/06/2016 17:26

View Full Notice

UK-London: Geological and geophysical consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Corporation of Trinity House
             Trinity Square, Tower Hill, London, EC3N 4DH, United Kingdom
             Tel. +44 1255245050, Fax. +44 1255241258, Email: barry.messenger@trinityhouse.co.uk
             Contact: Barry Messenger
             Main Address: https://www.trinityhouse.co.uk, Address of the buyer profile: http://trinityhouse.g2b.info/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.delta-esourcing.com
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: GEO-TECHNICAL SURVEYING AND INSPECTION       
      Reference Number: T0308
      II.1.2) Main CPV Code:
      71351200 - Geological and geophysical consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: FRAMEWORK AGREEMENT FOR THE PROVISION OF GEOTECHNICAL SERVICES TOSUPPORT THE ASSET MANAGEMENT OF THE TRINITY HOUSE LIGHTHOUSE ESTATE.       
      II.1.5) Estimated total value:
      Value excluding VAT: 120,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: FRAMEWORK AGREEMENT FOR THE PROVISION OF GEOTECHNICAL SERVICES TOSUPPORT THE ASSET MANAGEMENT OF THE TRINITY HOUSE LIGHTHOUSE ESTATE.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 120,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: ON-GOING MONITORING OF GEOLOGICAL CONDITIONS, WITH LIMITED AVAILABILITY FOR TREND ANALYSIS OVER A RELATIVELY SHORT PERIOD    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/08/2016 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/08/2016
         Time: 14:00
         Place:
         HARWICH
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=208035746
   VI.4) Procedures for review
   VI.4.1) Review body:
             THE CORPORATION OF TRINITY HOUSE
       LONDON, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 30/06/2016

Annex A
   I) Addresses and contact points from which further information can be obtained:
       The Corporation of Trinity House
       The Quay, Harwich, CO12 3JW, United Kingdom
       Email: barry.messenger@trinityhouse.co.uk
       Contact: Barry Messenger
       Main Address: www.trinityhouse.co.uk
       NUTS Code: UK   


View any Notice Addenda

View Award Notice

UK-London: Geological and geophysical consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Corporation of Trinity House
       Trinity Square, Tower Hill, London, EC3N 4DH, United Kingdom
       Tel. +44 1255245050, Fax. +44 1255241258, Email: barry.messenger@trinityhouse.co.uk
       Contact: Barry Messenger
       Main Address: https://www.trinityhouse.co.uk, Address of the buyer profile: http://trinityhouse.g2b.info/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Maritime Navigation and Safety

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: GEO-TECHNICAL SURVEYING AND INSPECTION            
      Reference number: T0308

      II.1.2) Main CPV code:
         71351200 - Geological and geophysical consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: FRAMEWORK AGREEMENT FOR THE PROVISION OF GEOTECHNICAL SERVICES TOSUPPORT THE ASSET MANAGEMENT OF THE TRINITY HOUSE LIGHTHOUSE ESTATE.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 700,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: FRAMEWORK AGREEMENT FOR THE PROVISION OF GEOTECHNICAL SERVICES TOSUPPORT THE ASSET MANAGEMENT OF THE TRINITY HOUSE LIGHTHOUSE ESTATE.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality of technical response, including qualifications, technical, methodologies, reporting processes / Weighting: 45
      Quality criterion - Name: Response to proposed terms and conditions of framework agreement and requested supplementary information / Weighting: 10
                  
      Cost criterion - Name: Financial proposed, including survey costs, hourly rates, etc. overall costs and the service agreement / Weighting: 35
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 127-227774
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: C925    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/09/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             RSK Environment Ltd
             18 Frogmore Road,, Hemel Hempstead, HP3 9RT, United Kingdom
             Tel. +44 1442437500
             Internet address: www.rsk.co.uk
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 700,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=224560526

   VI.4) Procedures for review

      VI.4.1) Review body
          THE CORPORATION OF TRINITY HOUSE
          LONDON, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 26/10/2016