SEC TV Aerials Framework
For South East Consortium.
UK-Sittingbourne: television aerials
2012/S 80-131626
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
South East Consortium
Building 190, Kent Science Park
For the attention of: Procurement
ME9 8NP Sittingbourne
UNITED KINGDOM
Telephone: +44 1795434451
Internet address(es):
General address of the contracting authority: www.southeastconsortium.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA18401
Further information can be obtained from: South East Consortium
Building 190, Kent Science Park
For the attention of: Procurement
ME9 8NP Sittingbourne
UNITED KINGDOM
Telephone: +44 1795434451
Internet address: www.southeastconsortium.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: South East Consortium
Building 190, Kent Science Park
For the attention of: Procurement
ME9 8NP Sittingbourne
UNITED KINGDOM
Telephone: +44 1795434451
Internet address: www.southeastconsortium.org.uk
Tenders or requests to participate must be sent to: South East Consortium
Building 190, Kent Science Park
For the attention of: Procurement
ME9 8NP Sittingbourne
UNITED KINGDOM
Telephone: +44 1795434451
Internet address: www.southeastconsortium.org.uk
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Current and future members of the South East Consortium. See website for further details.
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
SEC TV Aerials Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: South East England.
NUTS code UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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:
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
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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: yes
Additional information about electronic auction: Electronic auctions maybe used in mini tenders off the framework.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SEC 5778
IV.3.2)Previous publication(s) concerning the same contract
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: 1.6.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
6.6.2012 – 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
(MT Ref:88206).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:20.4.2012