Offsite photocopying services
Aberdeen College. UK-Aberdeen: photocopying services
2012/S 48-079254
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Aberdeen College
Gallowgate
Contact point(s): Purchasing
For the attention of: Colin Brodie
AB25 1BN Aberdeen
UNITED KINGDOM
Telephone: +44 1224612000
E-mail: c.brodie@abcol.ac.uk
Fax: +44 1224612001
Internet address(es):
General address of the contracting authority: http://www.abcol.ac.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00438
Further information can be obtained from: Aberdeen College
Gallowgate
Contact point(s): Purchasing
For the attention of: Colin Brodie
AB25 1BN Aberdeen
UNITED KINGDOM
Telephone: +44 1224612000
E-mail: c.brodie@abcol.ac.uk
Fax: +44 1224612001
Internet address: http://www.abcol.ac.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Aberdeen College
Gallowgate
Contact point(s): Purchasing
For the attention of: Colin Brodie
AB25 1BN Aberdeen
UNITED KINGDOM
Telephone: +44 1224612000
E-mail: c.brodie@abcol.ac.uk
Fax: +44 1224612001
Internet address: http://www.abcol.ac.uk
Tenders or requests to participate must be sent to: Aberdeen College
Gallowgate
Contact point(s): Principals Office
For the attention of: Pamea Kesson
AB25 1BN Aberdeen
UNITED KINGDOM
Telephone: +44 1224612000
Fax: +44 1224612001
Internet address: http://www.abcol.ac.uk
Section II: Object of the contract
Service category No 15: Publishing and printing services on a fee or contract basis
Main site or location of works, place of delivery or of performance: Aberdeen, Scotland.
NUTS code UKM50
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=223115.
79521000
Estimated value excluding VAT: 240 000 GBP
Description of these options: Option to extend the contract for a further 2 years.
Provisional timetable for recourse to these options:
in months: 34 (from the award of the contract)
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)
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice;
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years;
(2) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards;
(3) 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;
(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided;
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(6) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(7) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(8) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(9) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
Section VI: Complementary information
Estimated timing for further notices to be published: Every 3 years.
VI.5)Date of dispatch of this notice:8.3.2012