Supply of Water Coolers Edinburgh
Supply and distribution of water cooler solutions, services and associated consumables.
UK-Edinburgh: drinking-water distribution
2012/S 125-207152
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
City of Edinburgh Council
Waverley Court, 4 East Market Street
Contact point(s): Corporate Governance
For the attention of: Paul Bell
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1315294569
E-mail: paul.bell@edinburgh.gov.uk
Internet address(es):
General address of the contracting authority: http://www.edinburgh.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
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: City of Edinburgh Council
Waverley Court, 4 East Market Street
Contact point(s): Corporate Governance
For the attention of: Supplier Support
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1314693823
E-mail: Suppliers.Support@edinburgh.gov.uk
Internet address: http://www.edinburgh.gov.uk
Tenders or requests to participate must be sent to: City of Edinburgh Council
Waverley Court, 4 East Market Street
Contact point(s): Corporate Governance
For the attention of: Supplier Support
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1314693823
E-mail: Suppliers.Support@edinburgh.gov.uk
Internet address: http://www.edinburgh.gov.uk
The contracting authority is purchasing on behalf of other contracting authorities: yes
Argyll and Bute Council
City of Edinburgh Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Midlothian Council
North Lanarkshire Council
Renfrewshire Council
Scottish Borders Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Lothian Council
Glasgow Housing Association
Section II: Object of the contract
A combination of these
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UKM
maximum number of participants to the framework agreement envisaged: 10
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: 2 000 000 GBP
The Council will appoint suppliers in relation to the following Lots within a framework agreement. Contracts will be awarded for three years with the provision to extend for up to a further one year.
The tender is divided into 2 lots as follows:
Lot 1.
Water cooler equipment free standing and counter top.
Bottled water (undelivered price).
Cups (undelivered price).
Distribution – fixed % on-cost for distribution of bottled water, cups and non core products.
Maintenance and Sanitisation of Free Standing and Counter Top Equipment.
Lot 2.
Plumbed-in water coolers and water cooler/boiler combinations – rental/purchase.
Prices for plumbed-in coolers and cooler/boiler combinations must include all costs i.e. Installation (within 2 metres) of a power and water supply, as detailed in the Schedule of Offer), bi-annual filter change and sanitisation and maintenance in accordance with the European Point of Use Drinking Water Association (EPDWA), British Water Cooler Association (BWCA) and/or European Bottled Water Association (EBWA) Certification. A price is also required for additional piping, per metre, over and above 2m, to include all installation costs.
The framework agreement may be allocated on a geographical area basis. Tenderers must quote for complete geographical areas.
Delivery will be required to locations within participants areas.
Any acceptance will be on a complete all items basis within lot 1 and/or lot 2 and on a Council basis and incomplete offers may not be considered.
Tenderers may offer to supply one or more Councils which should be indicated on the relevant page. A Contractor’s capacity to supply may also be taken into consideration when appointing to the framework.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=230949.
65111000, 51514110, 42161000
Tenders may be submitted for one or more lots
Description of these options: Optional one year extension.
Provisional timetable for recourse to these options:
in months: 30 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Water coolers and bottled water
Bottled water.
Cups.
Maintenance and sanitisation of free standing and counter top equipment.
65111000
42161000, 42122161
Section III: Legal, economic, financial and technical information
(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.
(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.
(1) 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;
(2) 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;
(3) 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;
(4) 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;
(5) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Section IV: Procedure
Other previous publications
Notice number in the OJEU: 2012/S 80-131360 of 25.4.2012
Place:
Edinburgh.
Section VI: Complementary information
Estimated timing for further notices to be published: 2-3 years
VI.5)Date of dispatch of this notice:29.6.2012