Supply Plumbing Equipment
Framework Agreement for the supply of Educational Materials – Plumbing, Ceramics, Heating and Ventilation Materials and Equipment.
UK-Wiltham: Plumbing equipment
2013/S 091-154893
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Tenet Education Services
Tenet Education Services, 1st Floor, 6 Atlantic Square, Station Road
For the attention of: Kieren Stockwell-Smith
CM8 2TL Wiltham
UNITED KINGDOM
Telephone: +44 7765232684
E-mail: kieren.stockwell-smith@tenetservices.com
Fax: +44 1376515970
Further information can be obtained from: Tenet Education Services Ltd
First Floor, 6 Atlantic Sqaure Station Road
Contact point(s): Mr Kieren Stockwell-Smith
SM8 2TL Witham
UNITED KINGDOM
Telephone: +44 7765232684
E-mail: kieren.stockwell-smith@tenetservices.com
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: East Berskhire College – NUTS Code UKJ,
Basingstoke College of Technology – NUTS Code UKJ,
South Devon College – NUTS Code UKK,
Hartlepool College – NUTS Code UKC,
Darlington College – NUTS Code UKC,
Stockton Riverside College – NUTS Code UKC,
Redcar and Cleveland College – NUTS Code UKC,
Richmond College – NUTS Code UKI,
College of Haringey, Enfield and North East London – NUTS Code UKI,
Epping Forest College – NUTS Code UKH.
NUTS code UKZ
maximum number of participants to the framework agreement envisaged: 25
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 800 000 and 900 000 GBP
The aim of the tender is to establish a Framework Agreement for each of the lots described below, the purpose of which is to identify a list of preferred suppliers for each regional area and to call off products and services during the Framework period.
Suppliers who are selected will be requested to quote for individual lots as outlined below and identify economies of scale where more than one lot is bid for. Admission to the Framework will be awarded on the basis of most economically advantageous tender and proposed quality of products and services as detailed in the Award Criteria that will be used within the Invitation to Tender.
39715300, 44115200, 44115210, 39715000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 800 000 and 900 000 GBP
Description of these options: The initial Framework Agreement period is for 3 years with scope to for extensions for a further period or periods of any duration, but in any case, the total duration of any extension shall not exceed 12 months from the last day of the initial Framework Agreement period.
Information about lots
Lot No: 1 Lot title: South East
Berkshire, West Berkshire, Reading, Wokingham, Bracknell Forrest, Windsor & Maidenhead, Slough, Buckinghamshire, Milton Keynes, Hampshire, East Sussex, Brighton & Hove, Southampton, Portsmouth, Isle of White, Kent, Medway, Oxfordshire, Surrey, West Sussex.
39715300, 44115200, 44115210, 39715000
Somerset, Bath & North East Somerset, Bristol, Gloucestershire, South Gloucestershire, Wiltshire, Swindon, Dorset, Poole, Bournemouth, Devon, Torbay, Plymouth, Cornwall, Isles of Scilly.
39715300, 44115200, 44115210, 39715000
Northumberland, Durham, Darlington, Hartlepool, Stockton-On-Tees, North Yorkshire, Redcar & Cleveland, Middlesbrough.
39715300, 44115200, 44115210, 39715000
Greater London, City of London, City of Westminster, Kensington & Chelsea, Hammersmith & Fulham, Wandsworth, Lambeth, Southwark, Tower Hamlets, Hackney, Islington, Camden, Brent, Ealing, Hounslow, Greenwich, and Bexley, Havering, Barking & Dagenham, Redbridge, Newham, Waltham Forest, Haringey, Enfield, Barnet, Harrow, Hillingdon.
39715300, 44115200, 44115210, 39715000
Essex, Hertfordshire, Bedfordshire, Cambridge, Norfolk, Suffolk, Luton, Peterborough, Thurrock, Southend-on-Sea.
39715300, 44115200, 44115210, 39715000
Section III: Legal, economic, financial and technical information
(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.
Information and formalities necessary for evaluating if requirements are met:
In the first instance, candidates should register with www.tenet4tenders.com
and express and interest in the contract. Contract details can be found under ‘Latest Opportunities’ section of the tenet4tenders homepage. A pre-qualification questionnaire will need to be completed and returned (via www.tenet4tenders.com) as part of the request to participate process.
Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, non payment relating to social security contributions or taxes applies to the economic operator.
Economic operators may be excluded from participation if any of these circumstances applies. Any candidate found to be guilty of serious misrepresentation in providing false or inaccurate information may be declared ineligible and not selected to continue with the process.
In the first instance, candidates should register with www.tenet4tenders.com
and express and interest in the contract. Contract details can be found under
‘Latest Opportunities’ section of the tenet4tenders homepage. A
pre-qualification questionnaire will need to be completed and returned (via
www.tenet4tenders.com) as part of the request to participate process.
Candidates will need to provide as part of the request to participate process
details of turnover, profit and capital and reserves for previous 3 years. Any
candidate found to be guilty of serious misrepresentation in providing false or
inaccurate information may be declared ineligible and not selected to continue
with the process.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The Selection Criteria can be found in the Request to Participate (Pre-Qualification Questionnaire) documentation.
The envisaged number of operators per LOT will be 5, envisiaged number of operators for the entire framework will be 25 operators.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Karen Tanner – PA to Principal.
Section VI: Complementary information
Estimated timing for further notices to be published: 30 Months from Contract start date, depending on whether extension periods are taken up.
Section iV.3.5) – Dates are an estimate.
Section IV.3.8) – Conditions for opening tenders, Date: 02/08/2013, dates are an estimate, Time 14:00, East Berskhire College.
In the first instance, candidates should register with www.tenet4tenders.com and express and interest in the contract. Contract details can be found under ‘Latest Opportunities’ section of the tenet4tenders homepage. A pre-qualification questionnaire will need to be completed and returned (via www.tenet4tenders.com) as part of the request to participate process. The questionnaire will cover area management, company structure and financial information, quality assurance policies, health and safety, evidence of similar experience and references.
The Contracting Authority shall not be under any obligation to accept the lowest tender or any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
VI.5)Date of dispatch of this notice:8.5.2013