Contract for Servicing, Repair and Supply of Fire Extinguishers
Contract for the Servicing, Repair and Supply of Fire Extinguishers and Associated Equipment for Durham County Council establishments; Schools and Academies within County Durham.
United Kingdom-Durham: Fire extinguishers
2015/S 010-012890
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
For the attention of: Ian Wilson
DH1 5UL Durham
UNITED KINGDOM
E-mail: ian.wilson@durham.gov.uk
Internet address(es):
General address of the contracting authority: http://www.durham.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: County Durham.
NUTS code UKC14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
35111300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, Bidders may be required to work with the Council towards achieving such aims.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: 1. Public Liability — 5 000 000 GBP.
2. Employers Liability — 10 000 000 GBP.
3. Motor Vehicle Insurance — third party cover required as a minimum.
III.2.3)Technical capacity
In accordance with Articles 48-50 of Directive 2004/18/EC and Regulation 25 of the Public Contract Regulations 2006 and as set out in the tender documents available from the NEPO portal as detailed in section VI.3).
Minimum level(s) of standards possibly required:
Bidders must successfully pass parts B-F of the business questionnaire, in line with the evaluation criteria listed. Parts B-F of the tender documents include; grounds for exclusion; insurance; health and safety and equality and diversity and essential criteria.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The Council intends to invite 6 Bidders to Tender on condition that each of the Bidders pass Sections B to F and have a final score of 50 % or more for Section G (Technical Questions).
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The tender documents is available for download via www.nepoportal.org Access the Supplier area, select Durham and input 9SPC-YAKH6C. The contract is for a 2 year period with an option to extend for a further 2 years.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: