Supply and Delivery of Cleaning Materials
Staffordshire County Council.
UK-Stafford: cleaning products
2012/S 168-278769
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Staffordshire County Council
Staffordshire Procurement, Wedgewood Building, Tipping Street
For the attention of: Laura Kendall
ST16 2DH Stafford
UNITED KINGDOM
Telephone: +44 1785854656
E-mail: laura.kendall@staffordshire.gov.uk
Fax: +44 1785854660
Internet address(es):
General address of the contracting authority: www.staffordshire.gov.uk/purchasing
Electronic access to information: www.staffordshire.alito.co.uk
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
Lichfield District Council
District Council House, Frog Lane
WS13 6YU Lichfield
UNITED KINGDOM
East Staffordshire District Council
The Maltsters, Wetmore Road
DE14 2EB Burton upon Trent
UNITED KINGDOM
Any other body as named within the procurement documentation.
Section II: Object of the contract
Purchase
NUTS code UKG2
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 500 000 and 3 500 000 GBP
The participation and process for this tender will be via the electronic tendering portal located at www.staffordshire.alito.co.uk. Please ensure you also refer to section VI.3 of this notice.
39830000
Stock and delivery of bulk orders to Staffordshire twice per year. There are approximately 1 800 order and delivery points within the Staffordshire area.
Delivery and supply will be according with the specification outlined in the tender documentation and terms as stated in the Framework Agreement.
The term will be for a period of two (2) years, commencing on the 1.4.2013, with an option to extend for a period of up to 2 x 12 months (at the County Council’s sole discretion). In the event the agreement is extended any extension shall be on the same terms and conditions of contract as the original contract period.
As part of the Goverments National Procurement Strategy and the West Midlands Centre of Excellence Procurement Hub, collaborative working and supporting other authorities now forms part of this Councils procurement remit.
This Framework Agreement may be available to other Councils and Public Bodies (e.g. Police, Fire & Rescue Services) within this (or other regions) if it provides best value for another West Midlands Authority. The Councils within the West Midlands area, a list of all the regions/LAs can be found on www.rce.gov.uk.
Estimated value excluding VAT:
Range: between 2 500 000 and 3 500 000 GBP.
Description of these options: The initial period is 1.4.2013 to 31.3.2015 (with 2 x 12 month options to extend) – therefore the first option may be taken up for the period 1.4.2015 – 31.3.2016 and the second option may be taken from 1.4.2016 – 31.3.2017.
Provisional timetable for recourse to these options:
in months: 18 (from the award of the contract)
Number of possible renewals: 2
Section III: Legal, economic, financial and technical information
Description of particular conditions: The requirements for minimum economic, financial and technical capacity will be included in the tender documents. Any tender may be rejected from a company/organisation who interalia.
(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 for compulsory winding up or 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 contracting 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 organisation, 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 26.5.1997 and Article 3(1) of Council Joint Action 98/742/JHA 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 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering. Please refer to Regulation no 23 of the Public Procurement Regulations 2006 (SI No 5) for additional rejection criteria (see link) http://www.opsi.gov.uk/si/si2006/20060005.htm
Financial checks will be undertaken for economic operators using one or more of the Councils current financial assessors, n2check (www.n2check.com), Dun & Bradstreet (www.dnb.co.uk), Experian (www.experian.co.uk). Economic operators will be assessed according to the level of risk stipulated by the financial assessors used. Any economic operator being given an above average/higher than average risk rating or poorer, by one or more of the assessors used, may be rejected.
Note:
1. It is the responsibility of the economic operator to ensure that the appropriate accounts have been filed and that the credit information held is correct.
2. Should economic operators wish other financial information to be taken into account to support the economic and financial check this should be submitted with the response to the ITT. SCC reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
3. For sole traders/partnerships where third party financial assessments are not available the assessment will be undertaken using a financial spreadsheet detailing trading account data for the lastthree years.
Minimum level(s) of standards possibly required: The organisation should hold as a minimum the following insurance levels or be able to provide with their response, a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
Public Liability 5 000 000 GBP.
Employers Liability 5 000 000 GBP.
Section IV: Procedure
Place:
SCC Offices.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: SCC Personnel in attendance only.
Section VI: Complementary information
Estimated timing for further notices to be published: 31/08/2016
Staffordshire Procurement
UNITED KINGDOM
E-mail: sp@staffordshire.gov.uk
Telephone: +44 1785854657
Fax: +44 1785854660
Body responsible for mediation procedures
Staffordshire Procurement
UNITED KINGDOM
E-mail: sp@staffordshire.gov.uk
Telephone: +44 1785854657
Fax: +44 1785854660
Staffordshire Procurement
UNITED KINGDOM
E-mail: sp@staffordshire.gov.uk
Telephone: +44 1785854657
Fax: +44 1785854660
VI.5)Date of dispatch of this notice:30.8.2012