Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The National Exhibition Centre Limited
Bickenhill Lane
Contact point(s): Purchasing Department
For the attention of: Debbie Cookson
B40 1NT Birmingham
UNITED KINGDOM
Telephone: +44 1217672927
E-mail: debbie.cookson@necgroup.co.uk
Internet address(es):
General address of the contracting authority: www.necgroup.co.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA6822
Further information can be obtained from: The National Exhibition Centre Ltd.
Bickenhill Lane
Contact point(s): Purchasing Department
For the attention of: Debbie Cookson
B40 1NT Birmingham
UNITED KINGDOM
Telephone: +44 1217672927
E-mail: tenders@necgroup.co.uk
Internet address: www.necgroup.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The National Exhibition Centre Ltd.
Bickenhill Lane
Contact point(s): Purchasing Department
For the attention of: Debbie Cookson
B40 1NT Birmingham
UNITED KINGDOM
Telephone: +44 1217672927
E-mail: tenders@necgroup.co.uk
Internet address: www.necgroup.co.uk
Tenders or requests to participate must be sent to: The National Exhibition Centre Ltd.
Goods Inwards Office, Block B, Off Bickenhill Lane
Contact point(s): Purchasing Department
For the attention of: Debbie Cookson
B40 1NT Birmingham
UNITED KINGDOM
Telephone: +44 1217672927
E-mail: tenders@necgroup.co.uk
I.2)Type of the contracting authority
Other: A company with a joint board with a local authority member in accordance with public contract regulations 2006 3 (1) (u)
I.3)Main activity
Other: Exhibition and leisure
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of a digital radio communication system at The ICC, Birmingham, UK.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
Main site or location of works, place of delivery or of performance: The International Convention Centre, Birmingham B1 2EA, UNITED KINGDOM.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
It is proposed to appoint one provider to deliver a complete radio system solution to include:
— Design including necessary modifications to existing ICC infrastructure / network equipment,
— Supply, installation and commissioning,
— Testing and certification and handover,
— User training,
— Planned maintenance and call out support services,
— Parts and consumable supply (optional),
— Consultancy support providing advise to the business on how to optimize and implement DMR technology.
II.1.6)Common procurement vocabulary (CPV)
51311000, 50333000, 32344210, 32344250
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: Option to extend any potential service element of contract such as:
Equipment rental.
Equipment maintenance.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See selection criteria in pre-qualification document supplied to all candidates who express an interest.
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:
If awarded any consortium which is awarded a contract must form a legal entity before entering into the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Please see selection criteria in pre-qualification document supplied to all candidates who express an interest.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
5614.12
IV.3.2)Previous publication(s) concerning the same contract
Other previous publications
Notice number in the OJEU: 2010/S 76-113377 of 20.4.2010
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 9.4.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
11.4.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
23.4.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The ICC are looking for a provider who can:
1. Demonstrate experience of delivering DMR Tier II systems with supplementary solutions to deliver features / functionality not yet available as standard Tier II;
2. Proactively support and advise the business on how to optimise and implement DMR technology.
(MT Ref:85505).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.3.2012