East West Railway Company: Environmental Survey Services Framework

  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

UK-London: Environmental services.
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   


View any Notice Addenda

View Award Notice