Sefton MBC Traffic Signal Maintenance
This is a 3 year contract (with a possible 2 x 1 year extension) for the maintenance of and installation, of all traffic signal junctions, pedestrian crossings and associated equipment within the Borough of Sefton.
UK-Bootle: Traffic-signal maintenance services
2013/S 018-026586
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Sefton Council
Central Procurement, 2nd Floor, Magdalen House, Trinity Road
For the attention of: Chris Magee
L20 3NJ Bootle
UNITED KINGDOM
Telephone: +44 1519344069
E-mail: chris.magee@sefton.gov.uk
Fax: +44 1519344579
Internet address(es):
General address of the contracting authority: www.sefton.gov.uk
Address of the buyer profile: www.capitasymonds.co.uk
Further information can be obtained from: The Chest
UNITED KINGDOM
Internet address: www.the-chest.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Chest
UNITED KINGDOM
Internet address: www.the-chest.org.uk
Tenders or requests to participate must be sent to: The Chest
UNITED KINGDOM
Internet address: www.the-chest.org.uk
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: All roads within the Borough of Sefton.
NUTS code UKD53
This is a 3 year contract (with a possible 2 x 1 year extension) for the maintenance of and installation, of all traffic signal junctions, pedestrian crossings and associated equipment within the Borough of Sefton.
50232200, 45316212, 34996100, 34923000, 50232000, 45316200, 45233294, 35262000
Estimated value excluding VAT:
Range: between 200 000 and 300 000 GBP
Description of these options: The contract will have 2 x 1 year options following the 3 year core contract period.
Provisional timetable for recourse to these options:
in months: 30 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: Key Performance Indicators wil be used to monitor contract performance, details of which will be included in the Tender document.
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Criteria will be detailed in the Pre Qualification Questionnaire
Additional information about authorised persons and opening procedure: Officers of the Council’s Legal Department
Section VI: Complementary information
Estimated timing for further notices to be published: 3 to 5 years depending upon take up of optional periods
VI.5)Date of dispatch of this notice:23.1.2013