East West Railway Company has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Environmental Survey Services Framework |
Notice type: | Contract Notice |
Authority: | East West Railway Company |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The publication of this notice formally commences the procurement of Environmental Survey Services Framework for East West Rail Company Ltd. (EWR Co). EWR Co is creating a new direct connection between Oxford and Cambridge. Serving communities across the area, it will bring faster journey times and lower transport costs as easing pressure on local roads. EWR is seeking bids from varying environmental survey service providers to engage with EWR Co in the following areas. Agriculture, Forestry, Soils, Air Quality, Biodiversity, Cultural Heritage, Sound, Noise and Vibration, Traffic & Transport, Water resources & Flood Risk. The Framework is to provide EWR Co. support in completing the range of environmental surveys required to inform the Environmental Impact Assessment (EIA) process, licensing and permitting requirements and the design of the railway. The Framework durations will be for an initial 3 years, with an option to extend for a further 2 years (1+1) |
Published: | 16/09/2020 12:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
East West Rail Company Ltd, 11072935
Great Minster House, 33 Horseferry Road, London, SW1P 4DR, United Kingdom
Tel. +44 7811600905, Email: mike.harrison@eastwestrail.co.uk
Contact: Mike Harrison
Main Address: https://www.eastwestrail.co.uk, Address of the buyer profile: https://www.eastwestrail.co.uk
NUTS Code: UKI
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
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/respond/K3599WV7H4
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/delta/respondToList.html?noticeId=505792384 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: Not provided
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: Environmental Survey Services Framework
Reference Number: CT0320
II.1.2) Main CPV Code:
90700000 - Environmental services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The publication of this notice formally commences the procurement of Environmental Survey Services Framework for East West Rail Company Ltd. (EWR Co). EWR Co is creating a new direct connection between Oxford and Cambridge. Serving communities across the area, it will bring faster journey times and lower transport costs as easing pressure on local roads.
EWR is seeking bids from varying environmental survey service providers to engage with EWR Co in the following areas. Agriculture, Forestry, Soils, Air Quality, Biodiversity, Cultural Heritage, Sound, Noise and Vibration, Traffic & Transport, Water resources & Flood Risk.
The Framework is to provide EWR Co. support in completing the range of environmental surveys required to inform the Environmental Impact Assessment (EIA) process, licensing and permitting requirements and the design of the railway.
The Framework durations will be for an initial 3 years, with an option to extend for a further 2 years (1+1)
II.1.5) Estimated total value:
Value excluding VAT: 9,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71313400 - Environmental impact assessment for construction.
71313420 - Environmental standards for construction.
71313430 - Environmental indicators analysis for construction.
71313450 - Environmental monitoring for construction.
71352300 - Magnetometric surveying services.
71355000 - Surveying services.
71351720 - Geophysical surveys of archaeological sites.
71351811 - Topographical surveys of archaeological sites.
45112450 - Excavation work at archaeological sites.
90731400 - Air pollution monitoring or measurement services.
90742300 - Noise pollution monitoring services.
II.2.3) Place of performance:
UKH12 Cambridgeshire CC
UKH25 Central Bedfordshire
UKJ13 Buckinghamshire CC
UKJ14 Oxfordshire
II.2.4) Description of procurement: EWR is seeking bids from varying environmental survey service providers to engage with EWR Co in the following areas. Agriculture, Forestry, Soils, Air Quality, Biodiversity, Cultural Heritage, Sound, Noise and Vibration, Traffic & Transport, Water resources & Flood Risk.
The Framework is to provide EWR Co. support in completing the range of environmental surveys required to inform the Environmental Impact Assessment (EIA) process, licensing and permitting requirements and the design of the railway.
The Framework durations will be for an initial 3 years, with an option to extend for a further 2 years (1+1 years)
Due to the sensitive information contained within the Invitation to Tender, completion of a Non-Disclosure Agreement (NDA) is required prior to accessing the Pre-Qualification and ITT documentation. Economic Operators are obligated to uphold the terms of the agreement throughout the procurement process. Regulation 21 (3) of the Public Contracts Regulations 2015 applies
It is expected that Pre-Qualification and ITT documentation will be available via this portal from early October 2020. Parties who have completed an NDA will be notified when these documents are available.
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: 9,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
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 OPEN
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 several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
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: 01/11/2020
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:
Duration in month(s): 9
IV.2.7) Conditions for opening of tenders:
Date: 11/01/2021
Time: 12:00
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 No
VI.3) Additional Information: 1) 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.
2) Applicants should note that the duration of the Contracts and other dates may be subject to change in accordance with the terms of the ITT and the Contracts (once awarded)
3) All Economic Operators are required to express an interest by registering on the Delta-esourcing portal (see link below)
4) All Economic Operators must complete and return the one way NDA before they are afforded access to Selection Questionnaire and ITT documentation which will be available early October 2020.
5) The NDA is available for download from the Delta e-sourcing Document Repository and should be completed and returned at the earliest opportunity.
6) For more information about this opportunity, please visit the Delta e-sourcing portal at : https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=524964396
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Environmental-services./K3599WV7H4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K3599WV7H4
VI.4) Procedures for review
VI.4.1) Review body:
East West Rail Company Limited
1 Grafton Mews, Midsummer Boulevard, Milton Keynes, MK9 1FB, United Kingdom
Internet address: https://www.eastwestrail.co.uk
VI.4.2) Body responsible for mediation procedures:
East West Rail Company Ltd
1 Grafton Mews, Summer Boulevard, Milton Keynes, MK9 1FB, United Kingdom
Internet address: https://www.eastwestrail.co.uk
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:
East West Rail Company Limited
1 Grafton Mews, Summer Boulevard, Milton Keynes, MK9 1FB, United Kingdom
Email: commercial@eastwestrail.co.uk
VI.5) Date Of Dispatch Of This Notice: 16/09/2020
Annex A
I) Addresses and contact points from which further information can be obtained:
East West Rail Company Limited
1 Grafton Mews, Midsummer Boulevard, Milton Keynes, MK9 1FB, United Kingdom
Email: commercial@eastwestrail.co.uk
Main Address: https://eastwestrail.co.uk
NUTS Code: UKJ12