Supply and Installation of Variable Message Signs
Supply and Installation of Variable Message Signs 2016/18 within the administrative areas of the relevant Contracting Authorities.
United Kingdom-Leeds: Variable message signs
2016/S 098-175631
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leeds City Council, Projects Programmes and Procurement Unit (PPPU)
Civic Hall
Contact point(s): Procurement Section
LS1 1UR Leeds
UNITED KINGDOM
Telephone: +44 1132476179
E-mail: contracts.support.unit@leeds.gov.uk
Internet address(es):
General address of the contracting authority: http://www.leeds.gov.uk
Address of the buyer profile: http://www.yortender.co.uk/procontract/supplier.nsf
Electronic access to information: http://www.yortender.co.uk/procontract/supplier.nsf
Electronic submission of tenders and requests to participate: http://www.yortender.co.uk/procontract/supplier.nsf
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Calderdale Council
Town Hall, Crossley Street
HX1 2UJ Halifax
UNITED KINGDOM
Kirklees Council
Town Hall, Ramsden Street
HD1 2TA Huddersfield
UNITED KINGDOM
City of Wakefield District Council
Town Hall
WK1 2HQ Wakefield
UNITED KINGDOM
http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4 ”
UKE, Yorkshire and Humberside
UNITED KINGDOM
City of Bradford District Council
City Hall
BD1 1HY Bradford
UNITED KINGDOM
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
Purchase
Main site or location of works, place of delivery or of performance: Yorkshire and Humberside, UK.
NUTS code UKE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 400 000 and 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Supply and Installation of Variable Message Signs 2016/18 within the administrative areas of the relevant Contracting Authorities, the following UK contracting authorities have already committed on a non-contractually binding basis to this procurement those being, Leeds City Council and Kirklees Council. The concluded framework agreement will be open for use by any other Local Authority (as defined in the Local Government Act 1972) within the Yorkshire and Humber Region.
Details of the relevant Local Authorities who may participate under this Framework Contract can be found at:http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
II.1.6)Common procurement vocabulary (CPV)
34924000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Supply and Installation of Variable Message Signs 2016/18
Please download PQQ and tender documentation from https://www.yortender.co.uk/procontract/supplier.nsf for further information. estimated value excluding VAT: 400 000 GBP to 2 000 000 GBP.
Estimated value excluding VAT:
Range: between 1 and 2 000 000 GBP
II.2.2)Information about options
Description of these options: The Contract is for a guaranteed period of 24 months with provision to extend for 1 further periods of 24 months therefore the overall maximum framework period may be 48 months.
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 for compulsory winding up or 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 judgement 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 contracting 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 organisation, 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 26.5.1972 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 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Please refer to PQQ and Tender.
III.2.3)Technical capacity
Please refer to PQQ and Tender.
Minimum level(s) of standards possibly required:
Please refer to PQQ and Tender.
Section IV: Procedure
IV.1.1)Type of procedure
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
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Interested parties can download the PQQ and tender documentation and documents directly from Http://www.yortender.co.uk/procontract/supplier.nsfby using the scheme no.A99C-BDPKVK. Requests for documentation should not be made by telephone or e-mail.
The documentation should be completed and returned to Http://www.yortender.co.uk/procontract/supplier.nsf by no later than the deadline specified in IV.3.4)
Late submissions will not be accepted.
The main Local Authority within the Yorkshire and Humberside Region which is anticipated to place orders is as follows:
Leeds City Council, Civic Hall, Calverley Street, Leeds, LS1 1UR.
Details of the other relevant Contracting Authorities who may participate in this Framework can be found athttp://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
VI.4.1)Body responsible for appeal procedures
The High Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Supply Traffic Signage to Rotherham Council
Transport for London Signage and Display Framework
Newcastle City Council Street Signs Framework