001/0543/15 Independent Environmental Technical Advisory Services.

The following is provided in good faith and is intended only as a preliminary background explanation to the Translink Group's requirement it does not purport to be all inclusive. Translink, in conjunction with Belfast City Council intends to appoint a suitably experienced and qualified Economic Operator, to provide Independent Environmental Technical Advisory Services relating to land contamination and associated environmental liabilities in connection with Translink's and Belfast City Councils' operational requirements and land portfolio management activities throughout Northern Ireland. Translink will act as Lead Contracting Authority and Belfast City Council will act as the Secondary Contracting Authority. In this document the word Consultant refers to the Independent Environmental Technical Advisory Service provider. To ensure independence of the advice provided under this contract, the Lead Contracting Authority requires that the Consultant does not have a conflict of interest and as such is not part of any existing or new Frameworks for Environmental Services at either Contracting authorities. Economic Operators will be required to provide: Work at a strategic management level across all Divisions of the both the Lead Contracting Authority's business ie the Translink Group as held under NITHCO and those within the Secondary Contracting Authority. Services are expected to be predominantly required by the following departments -divisions: Safety, Health and Environment Department SH and E; Infrastructure and Property Division; Procurement Department. Project Management Unit Works for the Lead Contracting Authority will invariably be located in areas associated with rail, transport, infrastructure and consequently will be associated with Safety Critical Infrastructure Networks -SCINs. The Consultant will be expected to deliver clear, impartial, pragmatic and strategic advice designed to: Reduce the Lead Contracting Authority's exposure by managing potential statutory and developmental environmental liabilities; Protect its reputational status; Control and minimise the costs of managing known or suspected environmental and waste liabilities; Support the Lead Contracting Authority's commitment to sustainability principles during the management of their environmental and waste liabilities; Support the management of environmental and development projects so that time efficient closure is achieved scope 1.3.1 Services As and when required, the Operator will be required to provide services across the Lead Contracting Authority's organisation including, but not limited to: The provision of services to the SH and E Department relating to: best practice management techniques and strategies relating to environmental protection and legislative compliance; the production of site specific liability management plans; technical peer review of surveys, risk assessments and remediation strategies; the production of briefing notes for internal meetings and management teams and personnel of the Lead Contracting Authority; consultations with third parties including regulators, and Contractors. GIS and information management Waste management strategies The provision of services to the Infrastructure and Property Division relating to: the production of liability management strategies on brownfield or contaminated sites, where required; Liaising with the NIEA to manage the Lead Contracting Authority's Environmental Liabilities, where required; Providing Gap Analysis of Contractors Scope of Services for Site Investigations- Surveys on brownfield or contaminated sites, where required; Provide Technical Peer Reviews of Contractors Technical SI- Survey Reports brownfield or contaminated sites, where required; Providing PQQ -ITT documents for Environmental Remediation Works which are not to be completed by a Framework Contractor; Provide site supervision including documenting and recording works, where required; Provide a Verification Report on completion of remediation works, where required. The provision of services to the Procurement Department relating to: the production of tender documentation for complex land contamination surveys, land remediation works and emergency response works; the review of tender submissions and provision of reasoned decisions relating to the quality scoring of tender submissions; the production of contract documentation for environmental works; the management and review of contracted environmental works to ensure contract compliance and best value is being delivered. To fulfil the requirements of this contract, the Lead Contracting Authority expect Operators to have the capacity to react quickly and concisely when critical decisions and actions are required. The anticipated start date is. Quarter 2, 2016 Dates may be subject to change. The Translink Group reserve the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time. Once you have selected the action to ‘Express Interest’ you should view the CFT documents, then once you have completed your response click on the ‘tender’ option in the menu and follow the instructions.
CPV-Code: 90714000
Abgabefrist: 09.02.2016
Typ: Contract notice
Status: Submission for all lots
Aufgabe: Railway services
Vergabestelle:
name: Belfast City Council
address: Belfast City Hall
postal_code: BT1 5GS
city: Belfast - UK
country: UK
email: None
phone: +44 2890759126
contact_point: helen.mcknney@translink.co.uk
idate: 10. Juni 2020 17:37
udate: 10. Juni 2020 17:37
doc: 459565_2015.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:459565-2015:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Services
Prozedur: Negotiated procedure
Nuts: UKN
Veröffentlichung: 26.12.2015
Erfüllungsort: Belfast - GB
Link:
Lose:
Name Los Nr 1 United Kingdom__Belfast__Umweltaudit
Gewinner None
Datum
Wert None
Anzahl Angebote None