-
Published18/11/2024
-
Deadline29/11/2024
-
Opening of tenders29/11/2024
-
Awarded19/05/2025
-
Today13/07/2025
Utilities
- indicates CPV codes deduced from the text of the procedure
- indicates text translated automatically in your browsing language
FRAMEWORK AGREEMENT - DESIGNATION OF GLOBAL MANAGEMENT EXPERTS FOR THE PROCESSING OF GLOBAL STUDIES, MONITORING OF SANITATION WORKS AND ESTABLISHMENT OF LAND QUALITY REPORTS Text automatically translated in your browsing language Automatically translated
Note: Not all information for this procedure were successfully computed. Please consult linked documents for more details.
Comment: The purpose of the contract is to conclude a framework agreement within the meaning of Article 2(35) of the Law of 17 June 2016. It is intended to constitute a list of expert offices that may be requested by the contracting authority. The maximum number of successful tenderers is three. The subject of this contract is the appointment of polluted soil management experts authorised to carry out, in particular, the tasks provided for in the Decree of 1 March 2018 on soil management and remediation and the tasks provided for in its implementing decrees. Missions will include the conduct of orientation studies (including preliminary studies), characterisation studies (including risk studies), remediation projects, the monitoring of land remediation acts and works and the conduct of final assessments, as well as the preparation of Land Quality Reports (LQRs). Tenderers may also be asked to draft notes interpreting the results of analyses for internal use. These studies will be carried out on behalf of SPI and/or its subsidiary SORASI. They may also be carried out on behalf of municipalities/institutions belonging to the ‘Local Authorities’ sector of SPI and for which SPI would have a delegated project management mission. The purpose of this contract is to carry out a series of investigations in order to provide the contracting authority with all the information necessary for an appropriate knowledge of the state of contamination of the land (or the evidence to justify the absence of contamination), as well as to inform it of any measures to be taken with a view to the environmental rehabilitation of the site in connection with the implementation of the planned projects. Where appropriate, the approved expert selected should incorporate existing results (ISSeP studies or other studies previously carried out) into his studies as far as possible. The studies concerned by this contract must be able to fall within the scope of the decree of 01/03/2018 and must be carried out in compliance with the Walloon Code of Good Practice (CWBP) and the Walloon Compendium of Sampling and Analysis Methods (CWEA). If the Administration (Direction de l’Assainissement des Sols - DAS) requests a supplement following the submission of a study under the decree of 1 March 2018, with a view to concluding a study in accordance with the CWBP, no additional fees may be requested. In the event of a change in the legislation before the end of the contract, the tenderer will be required to comply with the Administration’s instructions as to whether the assignment may be continued under the old regime or whether it must comply with the new legislation. If significant changes due to the change in legislation are required by the Administration, the arrangements for carrying out the assignment must be agreed between the tenderer and the contracting authority. The contracting authority will select the three tenderers who have obtained the three highest final scores in accordance with the method set out in point I.10 Award criteria. For each new file, the contracting authority will assign the tasks to the participants in the framework agreement, without reopening competition, in order of ranking and ensuring a balanced distribution of tasks between them. The conclusion of this contract does not give the service provider any right of exclusivity. SPI may, even during the period of validity of the contract, have services identical or similar to those described in these special specifications performed by other service providers. In this case, the successful tenderer cannot claim damages. Place of provision of the service: Province of Liège. Text automatically translated in your browsing language Automatically translated
https://www.publicprocurement.be
https://www.publicprocurement.be
71630000 - Technical inspection and testing services
71300000 - Engineering services CVP code deduced from the text of the procedure AI-generated
90000000 - Sewage, refuse, cleaning and environmental services CVP code deduced from the text of the procedure AI-generated
Type: cost
Description: Prix
Weight (percentage, exact): 40
Criterion:
Type: quality
Description: Méthodologie
Weight (percentage, exact): 60
Postal address:
Town: Nivelles
Postal code: 1400
Country:
Official name: Assistance et Gestion Environnementale
Postal address:
Town: Namur
Postal code: 5000
Country:
Official name: GEOLYS
Postal address:
Town: Seraing
Postal code: 4100
Country:
This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.