Supply and Fitting of Floor Coverings Bridgend
Supply and/or fitting of floor coverings including carpet and vinyl.
United Kingdom-Bridgend: Carpet tiles
2015/S 086-155001
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bridgend County Borough Council
County Borough Supplies, Waterton
For the attention of: Mary Williams
CF31 3YR Bridgend
UNITED KINGDOM
Telephone: +44 1656664520
E-mail: cbspurchase@bridgend.gov.uk
Fax: +44 1656766401
Internet address(es):
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0417
Electronic access to information: www.sell2wales.gov.uk
Further information can be obtained from: Bridgend County Borough Council
County Borough Supplies, Waterton
Contact point(s): County Borough Suppies
For the attention of: Mary Williams
CF31 3YR Bridgend
UNITED KINGDOM
Telephone: +44 1656664520
E-mail: cbspurchase@bridgend.gov.uk
Fax: +44 1656766401
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: County Borough Supplies
County Borough Supplies, Waterton
Contact point(s): County Borough Supplies
For the attention of: Mary Williams
CF31 3YR Bridgend
UNITED KINGDOM
Telephone: +44 656664520
E-mail: cbspurchse@bridgend.gov.uk
Fax: +44 656766401
Tenders or requests to participate must be sent to: Bridgend County Borough Council
Civic Offices, Angel Street
Contact point(s): Legal and Regulatory Directive, C/o Cabinet and Committee Services
CF31 4WB Bridgend
UNITED KINGDOM
Telephone: +44 6156653653
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: UK.
NUTS code UKL17
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in months: 46
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 300 000 GBP
II.1.5)Short description of the contract or purchase(s)
Supply and/or fitting of floor coverings including carpet and vinyl
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site athttp://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=26550
II.1.6)Common procurement vocabulary (CPV)
39531310, 39531400, 44112200
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Velour Sheet carpet/tiles
1)Short description
2)Common procurement vocabulary (CPV)
39531310, 39531400
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Impervious Sheet Carpet
1)Short description
2)Common procurement vocabulary (CPV)
39531400
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 3Lot title: Entrance carpet/tiles
1)Short description
2)Common procurement vocabulary (CPV)
39531400, 39531310
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 4Lot title: Supply and/or Fitting of Vinyl Flooring and Carpet
1)Short description
2)Common procurement vocabulary (CPV)
39531310, 39531400, 44112200
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) 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.
(5) 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.
(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(7) 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
(8) 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;
(9) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(13) 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
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 12.6.2015 – 12:00
Place:
BCBC Civic Offices, Angel Street, Bridgend CF31 4WB.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised representatives of the awarding authority.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 4 years.
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: