Calibration Services for Vehicle and Operator Services Agency
Maintenance, Repair, Calibration and Supply of Haenni Portable Weighing Equipment.
UK-Bristol: Calibration services
2013/S 096-164046
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Vehicle and Operator Services Agency
Berkeley House, Croydon Street
Contact point(s): Commercial and Equipment Support
For the attention of: Nigel Bailey
BS5 0DA Bristol
UNITED KINGDOM
Telephone: +44 1179543285
E-mail: nigel.bailey@vosa.gsi.gov.uk
Fax: +44 1179543413
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)
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
NUTS code
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 and 750 000 GBP
Note: It is very unlikely that any new equipment will be purchased, except for the exceptions detailed above, over the life of this agreement. There is no capital replacement plan and any new major equipment purchases will be subject to a separate procurement project.
50433000, 50000000, 50100000, 50110000, 50412000, 50410000, 51200000, 51230000, 71632000
Should other parties use utilise this framework agreement it is not envisaged to exceed GBR £5,000,000. At the time of placing this advertisement VOSA has not received notification of interest from any other party.
Section III: Legal, economic, financial and technical information
Description of particular conditions: Subject to the Department for Tranport following terms and conditions:
1. General Conditions of Contract for Services.
2. Genreal Conditions of Contract for Goods and Associated Services.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(a) A list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work.
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities.
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years.
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Payable documents: no
Place:
VOSA, Bristol.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=60592005
GO Reference: GO-2013516-PRO-4810033.
VI.5)Date of dispatch of this notice:16.5.2013