Framework to Supply Photovoltaic Solar Modules
Procurement of all solar modules by Trinity House in support of its marine aids-to-navigation, including 25W, 50W and 70W modules.
United Kingdom-London: Solar panels
2015/S 158-290381
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Corporation Trinity House
Trinity Square, Tower House
For the attention of: Barry Messenger
EC3N 4DH London
UNITED KINGDOM
Telephone: +44 1255245050
E-mail: barry.messenger@trinityhouse.co.uk
Internet address(es):
General address of the contracting authority: www.trinityhouse.co.uk
Address of the buyer profile: http://trinityhouse.g2b.info/
Electronic access to information: www.delta-esourcing.com
Electronic submission of tenders and requests to participate: www.delta-esourcing.com
Further information can be obtained from: The Corporation of Trinity House
The Quay
For the attention of: Barry Messenger
CO12 3JW Harwich
UNITED KINGDOM
Telephone: +44 1255245050
E-mail: barry.messenger@trinityhouse.co.uk
Internet address: www.trinityhouse.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Corporation of Trinity House
The Quay
For the attention of: Barry Messenger
EC3N 4DH Harwich
UNITED KINGDOM
Telephone: +44 1255245050
E-mail: barry.messenger@trinityhouse.co.uk
Internet address: www.trinityhouse.co.uk
Tenders or requests to participate must be sent to: The Corporation of Trinity House
The Quay
For the attention of: Barry Messenger
CO12 3JW Harwich
UNITED KINGDOM
Telephone: +44 1255245050
E-mail: etender@trinityhouse.co.uk
Internet address: www.trinityhouse.co.uk
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
Purchase
NUTS code UKH
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 200 000 and 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
09331000, 09331200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Solar Modules 25W
1)Short description
2)Common procurement vocabulary (CPV)
09331000, 09331200
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: 50W Solar Modules
2)Common procurement vocabulary (CPV)
09331000, 09331200
Lot No: 3Lot title: 70W Solar Modules
2)Common procurement vocabulary (CPV)
09331000, 09331200
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
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.
III.2.2)Economic and financial ability
(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.
III.2.3)Technical capacity
(a) a list of the works carried out over the past 5 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.
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Four years.
VI.2)Information about European Union funds
VI.3)Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=155456156
GO Reference: GO-2015813-PRO-6928497.
VI.5)Date of dispatch of this notice: