Airborne Coastal Swath Bathymetry to IHO Order 1b - Framework Agreement.
Contract notice
Services
Section I: Contracting authority
New Forest District Council
Coastal Engineering, Appletree Court, Beaulieu Road
For the attention of: Steve Cook
SO43 7PA Lyndhurst
UNITED KINGDOM
Telephone: +44 2380285588
E-mail:
Internet address(es):
General address of the contracting authority: www.nfdc.gov.uk
Further information can be obtained from: New Forest District Council
Coastal Protection Appletree Court Beaulieu Road
For the attention of: Steve Cook
SO43 7PA Lyndhurst
UNITED KINGDOM
Telephone: +44 2380285588
E-mail:
Internet address: www.businessportal.southeastiep.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: New Forest District Council
Internet address: www.businessportal.southeastiep.gov.uk
Tenders or requests to participate must be sent to: New Forest District Council
Internet address: www.businessportal.southeastiep.gov.uk
Section II: Object of the contract
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
Main site or location of works, place of delivery or of performance: South of England but some work may be carried out elsewhere in UK waters and Crown Dependancies.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in years: 5Justification for a framework agreement, the duration of which exceeds four years: The fundamental intention of this framework agreement is to provide the required external services for the National Network of Strategic Regional Coastal Monitoring Programmes. The duration of the framework is matched to the remaining funding for the current phase and with the anticipated funding for the following phase. This is required to ensure effective completion and delivery of the services required to avoid additional costs in re-procuring the framework, which would otherwise be required.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 350 000 and 700 000 GBP
This framework agreement is for Airborne Coastal Swath Bathymetry to IHO Order 1b.
71350000, 71351923, 72319000, 71354200, 71353000
There is no guaranteed workload or guarantee that any work will be awarded through the framework agreement. The Contracting Authority reserves the right to procure work outside of the framework agreement. The estimated value of services that may be procured through the framework is 350 000 GBP
Allowance for 'call-offs' by other coastal authorities and organisations: 700 000 GBP
Description of these options: The Contracting Authority reserves the right, at the option of the Contracting Authority for one or more UK coastal operating authorities and other organisations (all as listed on the project website at www.channelcoast.org) to access the concluded framework agreement without creating any obligation on behalf of any such other coastal operating authority or organistaion to do so. In that event the concluded contractual arrangement would be between the other coastal operating authority or other organisation as relevant accessing the framework agreement and the supplier. Details of such arrangements are set out in the pre-qualification questionnaire and the framework tender documents.
Section III: Legal, economic, financial and technical information
Description of particular conditions: As set out in the pre-qualification questionnaire.
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
As set out in the pre-qualification questionnaire.
As set out in the pre-qualification questionnaire.
Section IV: Procedure
Payable documents: no
Section VI: Complementary information
Estimated timing for further notices to be published: 5 years
Applications for inclusion must be made by completion of the pre-qualification questionnaire obtainable from www.businessportal.southeastiep.gov.uk Please follow the link to register and download the pre-qualification questionnaire.
The time limit for registering on the portal and accessing the pre-qualification questionnaire is set out in section IV.3.3.The time limit for the receipt of completed pre-qualification questionnaires is set out in section IV.3.4
It is envisaged that up to 8 participents will be appointed to the framework.
As indicated variants will not be accepted, this relates only to tenders for appointment to the framework agreement; variants may be considered for some call-offs under the framework agreement.
The contracting authority does not accept any liability for any costs incurred by candidates or tenderers. The contracting authority reseves the right not to make any award or to award only part of the framework agreement.