Parking Meters London
The Royal Borough of Kensington and Chelsea.
UK-London: parking meters
2012/S 45-073923
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Royal Borough of Kensington and Chelsea
Parking Annex, 37 Pembroke Road
Contact point(s): Parking Tenders
W8 6LZ London
UNITED KINGDOM
E-mail: Parking.tender@rbkc.gov.uk
Internet address(es):
General address of the contracting authority: http://www.rbkc.gov.uk
Address of the buyer profile: http://www.rbkc.gov.uk/Businesszone/procurement/procurement_electronic.asp
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Borough of Hammersmith and Fulham
Town Hall
London
UNITED KINGDOM
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKI11
38730000, 50532000
The authorities may reduce levels of pay and display machines (and therefore maintenance requirements) should they opt for alternative arrangements (e.g. “cashless parking”) during the contract period.
Estimated value excluding VAT: 750 000 GBP
Description of these options: The Contract term will be for an initial period of 3 years with options in favour of the Councils to extend the contract for 24 months, and to do so on 2 occasions. The overall length of contract could therefore be up to 7 years.
Section III: Legal, economic, financial and technical information
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.
The information used to decide whether an organization will be selected to tender will be contained in the answers given by organizations to a questionnaire available from the person and address detailed in I.1 above.
Minimum level(s) of standards possibly required minimum pre-qualification criteria, including weightings, will be made available from the person and address detailed in I.1 above to all organizations requesting a questionnaire.
As set out in Article 47 of Directive 2004/18/EC. The Contracting Authority is seeking economic operators who will be required to complete a pre-qualification questionnaire (PQQ), part of which will include information on their economic and financial capacity. See PQQ. The Contracting Authorities will seek external financial references from an independent assessor for all economic operators submitting a PQQ. Minimum financial stability requirements and economic operator’s annual turnover are required. Minimum level(s) of standards possibly required:
(d) The qualifying score should be at least 50 % (average financial risk);
(e) The ratio of annual turnover in respect of the work, goods or services which are of a similar type to the subject matter of this contract opportunity, to the estimated annual value of this opportunity contract should be equal to four (4) or more.
Failure to satisfy these requirements may result in the application being unsuccessful.
(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;
(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.
Minimum pre-qualification criteria, including weightings, will be made available by contacting the Councils at the e-mail address detailed in I.1 above, to all organisations requesting a pre-qualification questionnaire (PQQ) and supporting materials.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Up to 5 (should minimum requirements be meet).
Objective evaluation criteria will be set out in full in the pre-qualification questionnaire (PQQ) and supporting materials.
Payable documents: no
Section VI: Complementary information
VI.5)Date of dispatch of this notice:1.3.2012